Loading...
Agenda 02/10/2026 Iterm #16A 8 (Contract for RFP #25-8372 for the Preserve Area Maintenance w/Earth Tech Environmental, LLC)2/10/2026 Item # 16.A.8 ID# 2026-59 Executive Summary Recommendation to award Request for Proposal (“RFP”) No. 25-8372 “Preserve Area Maintenance,” to Earth Tech Environmental, LLC, and authorize the Chair to execute the attached Agreement. OBJECTIVE: To provide mowing and debris removal services withing the environmentally sensitive preserve and nuisance vegetation areas. CONSIDERATIONS: Collier County requires mowing and debris removal services within the environmentally sensitive preserve and nuisance vegetation areas. These maintenance services include but are not limited to: mowing, bush-hogging, and litter/debris removal. The Growth Management Community Development Department, through the Procurement Services Division, produced a Request for Proposals (RFP) for Preserve Area Maintenance. On May 21, 2025, the Procurement Services Division released notices for RFP No. 25-8372, “Preserve Area Maintenance.” On May 28, 2025, a non-mandatory proposal meeting was held, offering prospective proposers an opportunity to participate. The proposal submission deadline was extended for an additional seven days to June 27, 2025. Eight hundred seventy-nine (879) packages were viewed, and three proposals were received by the submission deadline. Staff reviewed the proposals received, and found two proposers to be responsive and responsible, with minor irregularities. Veteran Distribution & Supply LLC was found to be non-responsive for failing to submit all the criteria as required in the solicitation. A selection committee met on September 26, 2025. After reviewing the proposals and deliberation, the selection committee scored the proposals and elected to move forward to the final ranking as follows: Company Name City County Stat e Final Rankin g Responsive/Responsib le Earth Tech Environment al LLC Bonita Springs Lee FL 1 Yes/Yes EarthBalance Corporation NorthPor t Sarasot a FL 2 Yes/Yes Veteran Distribution & Supply LLC Ellenton Manate e FL 3 Yes/Yes Divisions within the Growth Management Department are the primary users of these agreements and appropriate annual funding for these services. Other County divisions requiring services shall use funding from their budgets and issue standard County purchase orders. Historically, countywide expenditures for similar services have averaged approximately $940,000 annually, subject to operational needs and funding availability. Staff is recommending that the award be made to Earth Tech Environmental, a Florida corporation with offices in Bonita Springs, that has been doing business with the County for 15 years. If approved, the attached Agreement will commence on March 22, 2026. The Agreement has an initial three-year term with two optional one-year renewal terms. This item is consistent with the Collier County strategic plan objective to optimize the useful life of all public Page 488 of 3707 2/10/2026 Item # 16.A.8 ID# 2026-59 infrastructure and resources through proper planning and preventative maintenance. FISCAL IMPACT: Funds for preserve area maintenance services are budgeted within Conservation Collier. Other County divisions will use their available operating budgets as needs are identified. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality and requires a majority vote for approval. -JAK RECOMMENDATION(S): To award Request for Proposal No. 25-8372 “Preserve Area Maintenance,” to Earth Tech Environmental, LLC, and authorize the Chair to execute the attached Agreement. PREPARED BY: Brooke Roxberry, Management Analyst II, Growth Management Community Development Department ATTACHMENTS: 1. 25-8372 Earth Tech Contract VS 2. 25-8372 Solicitation 3. 25-8372 Earth Tech Proposal 4. 25-8372 Final Ranking 5. 25-8372 NORA 6. 25-8372 Earth Tech COI exp060226 Page 489 of 3707 Page 490 of 3707 Page 491 of 3707 Page 492 of 3707 Page 493 of 3707 Page 494 of 3707 Page 495 of 3707 Page 496 of 3707 Page 497 of 3707 Page 498 of 3707 Page 499 of 3707 Page 500 of 3707 Page 501 of 3707 Page 502 of 3707 Page 503 of 3707 Page 504 of 3707 Page 505 of 3707 Page 506 of 3707 Page 507 of 3707 Page 508 of 3707 Page 509 of 3707 Page 510 of 3707 Page 511 of 3707 Page 512 of 3707 Page 513 of 3707 Page 514 of 3707 Page 515 of 3707 Page 516 of 3707 Page 517 of 3707 Page 518 of 3707 Page 519 of 3707 Page 520 of 3707 Page 521 of 3707 Page 522 of 3707 Page 523 of 3707 Page 524 of 3707 Page 525 of 3707 Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR PRESERVE AREA MAINTENANCE SOLICITATION NO.: 25-8372 DANIA GUERRERO, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-7989 dania.guerrero@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 526 of 3707 2 SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) NUMBER: 25-8372 PROJECT TITLE: PRESERVE AREA MAINTENANCE PRE-PROPOSAL CONFERENCE: May 28, 2025 @ 10:00 AM (EST) LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: June 20, 2025 @ 3:00 PM (EST) PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl. INTRODUCTION As requested by the Growth Management Department (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Proposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. The County departments have spent approximately $940,000.00 in the last fiscal year; however, this may not be indicative of future buying patterns. BACKGROUND The citizens of Collier County, through the Conservation Collier Program, currently own 5,030 acres in 23 different locations. Thirteen locations are currently open to the public. Program staff are working to make the majority of lands accessible to the public, with two preserves designated for resource protection due to lack of safe physical access. Conservation Collier is an integral component of the community planning and growth management strategies working in Collier County to preserve native habitat and species and to protect quality of life for citizens and visitors. An interactive preserves map can be located at the following link: https://www.arcgis.com/apps/Shortlist/index.html?appid=42fa2fbacacd45c08b823765aa8fbd77. On occasion, Collier County requires nuisance vegetation, debris removal, and property maintenance services within environmentally sensitive preserve areas which include public access trails and infrastructure. The County is seeking preserve area maintenance services which include, but are not limited to, mowing, bush-hogging, and litter/debris removal. The specifications stated herein are intended to provide the information by which Contractors may understand the minimum requirements of Collier County. It is the responsibility of the awarded Contractor to adhere to all State, Federal and Local laws and regulations. Any County Division may utilize this Contract for these services. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at her discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. Page 527 of 3707 3 DETAILED SCOPE OF WORK For all work, the Contractor shall provide all labor (qualified personnel), material, supplies, and equipment to perform the required services, including but not limited to vegetation reduction, mulching, mowing, bush-hogging, litter/trash removal, trail maintenance, fence line clearing and treating, tree removal and trimming, and minor fence repair and gate maintenance following all minimum specifications and requirements stated herein. Contractor will identify areas that contain wetlands within specified work areas. In some, but not all instances, Contractor may need to identify and flag mangroves and other protected vegetative species that are not to be disturbed and stake the limits of the specified work area to include performing gopher tortoise surveys and providing a wildlife monitor during the duration of a projects. Minimum qualifications for contractors providing vegetation clearing in Collier County Preserve Areas is as follows: • Ability to achieve optimal results with a minimal amount of ground disturbance by properly utilizing low ground pressure equipment (avoid aggressive turns, use equipment only where specified, etc.). • Experience working in preserve areas where listed species occur. • Knowledge of natural areas. • Experience reading aerial maps of a site. • Knowledge of Florida plant species. • Knowledge of Florida wetland and upland ecosystems. • Knowledge of proper identification and protection of gopher tortoise burrows and Florida listed species. • Experience de-contaminating invasive, exotic spores, seeds, grasses from machinery. • Experience keeping a proper distance from Ecotones. • Understanding of machine ground pressures, root systems of trees, drip lines; and preserve nuisance vegetation removal. 1. General Requirements: In all cases, prior to each operation, the Contractor shall pick up all litter and vegetative debris, and remove it from all areas specified, to ensure clean conditions. This includes flagging tape and location markers. The Contractor shall cleanup sites in such a manner to avoid bumping, girdling, and/or causing any other damage to trees, shrubs, plants, fences, and benches. 1.1 Licenses/Certification Requirements: The Contractor shall have valid insurance, license(s), and certification(s) as required by statute, law, and administrative rules during the contract term, renewals, and extensions. The Contractor is responsible for emailing the County’s Contract Administration Specialist and the County’s Division Project Manager within 24-hours of receiving a renewal or extension request. The documentation below must be submitted with the bid or before the Notice of Recommended Award (NORA). Required Licenses: • Tree Removal and Trimming • State of Florida Pesticide Applicator License • Professional Mangrove Trimmer • Gopher Tortoise Agent • Florida Department of Agriculture and Consumer Services (FDACS) Licensed Herbicide Applicator for wetlands and natural areas 2. Initial Site Conditions: The Contractor shall have the sole responsibility of acquainting themselves concerning the nature and location of the work and the general and local conditions, and particularly, but without limitation, with respect to the following: physical conditions at the work site and the project area as a whole. The failure of the Contractor to familiarize themselves with any applicable conditions shall not relieve the Contractor from their responsibilities to perform under the Agreement, nor shall it be considered the basis for any claim for additional compensation. Some preserve areas are only accessible through private property and Contractor shall, with the assistance of the Project/Preserve Manager, make arrangements for access prior to starting work. 3. Supervision of Employees: The Contractor shall designate a competent Supervisor, and employees to complete the jobs, who is familiar with the terms and conditions of the Agreement and has authority to act as a single point of contact for the work to be performed, at all times, during the term of this Agreement. If the designated Supervisor is not acceptable to the County, the Contractor will be notified in writing and shall assign a new Supervisor within seven (7) calendar days of the County’s notification. All communication, written or oral, shall be solely in the English language. 4. Contractor Equipment: The Contractor shall provide all equipment to perform requested services, including but not limited to, riding and push mowers, string trimmers, edgers, sweepers, blowers, chain saws, bush-hogging equipment, etc. The Contractor shall keep all blades sharpened to provide a smooth, clean-cut. If machinery breaks down and cannot be repaired on time to meet project deadlines, rental machinery must be obtained by contractor at no additional cost to the County. Page 528 of 3707 4 5. Scheduling Services: The Contractor shall start the work after issuance of a valid Purchase Order. Completion dates for each work assignment will be specified in the County’s request for services. The Contractor shall take every precaution to ensure the safety of all citizens and animals on and around the subject property during operations. If access to private property is needed, Project/Preserve Manager will assist Contractor to gain access. 6. Site Work Hours: Regular work shall take place between the hours of 7:00 AM and 7:00 PM, Monday through Saturday, unless preempted by scheduled activities. 7. Mowing Conditions: The Contractor shall use mowing practices so as not to create ruts in the soil. The Contractor shall be responsible for repairing any ruts caused by their machines at no additional costs to the County. The Contractor shall not mow under conditions wet enough to result in damage to soil or unsafe mowing conditions for the Contractor. 8. Preserve Nuisance Vegetation Removal Specifications: Mechanical nuisance vegetation removal in these instances will include, but not be limited to, mowing large stands of invasive, exotic species; mowing firebreaks and/or trails; and reducing understory before prescribed burns. 9. Preserve Nuisance Vegetation Control: Nuisance vegetation control in place is acceptable where appropriate. All work must be performed under the direct (on-site) supervision of a State licensed pesticide applicator. EPA aquatically approved herbicides and visual tracer dye must be used. Active ingredient Imazapyr is not permitted. Extreme care should be taken to avoid impacts to surrounding mangrove systems, water bodies, and upland areas when performing work. The Contractor is responsible for maintaining daily treatment reports. 10. Litter and Debris Removal: Includes, but is not limited to, clean-up, removal, proper disposal of white goods, cars, trucks, grills, tires, scrap metal, or any other item (small or large) as defined by the Division. 11. Miscellaneous Preserve Maintenance Services: Additional maintenance services may include such services as grinding and removing stumps, spreading rock and/or riprap, clearing and grubbing, culvert repair, erosion control fabric, plantings for stabilization, and seeding. 12. Reports and Invoicing: The Contractor will be paid upon completion; however, for Work in excess of thirty (30) days, the Contractor may request to receive Progress Payments and submit invoices on a monthly basis. The Contractor may be required to conduct on-site inspections with the County’s Representative on an as-needed basis to verify satisfactory completion of Contractor’s work requirements. 13. Other Exhibit/Attachment: Federal Contract Provisions and Assurances. County staff may utilize the Agreement for declared disasters requiring Federal Emergency Management Agency (FEMA) public assistance reimbursement for work related to this agreement. County staff utilizing the Agreement for FEMA public assistance reimbursement will be required to submit a Method of Procurement (MOP) form and Independent Cost Estimate (ICE) form (with the project estimate) to the Collier County Office of Management and Budget Management (OMB), Grants Manager OR their respective Department’s Grant Management Team, if applicable. REQUEST FOR PROPOSAL (RFP) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Evaluation Criteria for Development of Shortlist, which will be the basis for short-listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then score and rank the firms and enter into negotiations with the top ranked firm to establish cost for the services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after scoring and before the final ranking. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Request for Proposal selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. Page 529 of 3707 5 1.6 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top-ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. RESPONSE FORMAT AND EVALUATION CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.7 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Business Plan 25 Points 3. Cost of Services to the County 25 Points 4. Experience and Capacity of the Firm 25 Points 5. Specialized Expertise of Team Members 20 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive*** EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: BUSINESS PLAN (25 Total Points Available) In this criteria, include but not limited to: • Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference. • Describe how your company typically prioritizes projects when multiple requests are coming in at the same time. • Describe how your company typically manages project workloads when demand exceeds current staffing levels. EVALUATION CRITERIA NO. 3: COST OF SERVICES TO THE COUNTY (25 Total Points Available) In this criteria, include but not limited to: • Provide the hourly rate for each position and equipment item in the below fee schedule: Equipment/Personnel Rate Unit Field Supervisor Hourly Laborer Hourly Professional Mangrove Trimmer Hourly Gopher Tortoise Agent Hourly FDACS Certified Herbicide Applicator Hourly Licensed Tree Trimmer Hourly Chainsaw Operator Hourly Page 530 of 3707 6 Stump Grinder on tracks Hourly Bush Hog Mower Hourly 30 Yard Dumpster Disposal Fee Per Load Total $ The Combined Annual Total Cost to the County will be scored using the following methodology: 1. The greatest number of points allowed in this criterion will be awarded to the vendor who has the lowest Combined Annual Total. 2. The next lowest Combined Annual Total will be divided by the lowest Combined Annual Total which will then be multiplied by the maximum criteria points to determine the vendor’s points awarded. The points awarded will be rounded to the nearest whole amount. 3. Each subsequent vendor’s point score will be calculated in the same manner. Initial pricing is for evaluation purposes and is subject to change during negotiations with the selected Vendor. Vendors may provide a list of other personnel and equipment with hourly rates required to perform the requested services. Proposed hourly rates shall be inclusive of all costs for labor, materials, equipment, travel, and any other items required for project completion and/or completion of services. EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM (25 Total Points Available) In this criteria, include but not limited to: • Provide information that documents your firm’s and subcontractors’ qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members’ successful experience in working with one another on previous projects. • Describe in detail your experience in the following: o Ability to achieve optimal results with a minimal amount of ground disturbance by properly utilizing low ground pressure equipment (avoid aggressive turns, use equipment only where specified, etc.). o Experience working in preserve areas where listed species occur. o Knowledge of natural areas. o Experience reading aerial maps of a site. o Knowledge of Florida plant species. o Knowledge of Florida wetland and upland ecosystems. o Knowledge of proper identification and protection of gopher tortoise burrows and Florida listed species. o Experience de-contaminating invasive, exotic spores, seeds, grasses from machinery. o Experience keeping a proper distance from Ecotones. o Understanding of machine ground pressures, root systems of trees, drip lines; and o Preserve nuisance vegetation removal. • Provide copies of all required licenses/certifications. o Tree Removal and Trimming o State of Florida Pesticide Applicator License o Professional Mangrove Trimmer o Gopher Tortoise Agent o Florida Department of Agriculture and Consumer Services (FDACS) Licensed Herbicide Applicator for wetlands and natural areas For illustrative purposes only: Vendor Name Total Points Awarded Vendor ABC $1,000 20 Vendor DEF $1,100 18 Vendor GHI $3,000 7 Page 531 of 3707 7 The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients during a period of the last 5 years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the Proposer that best represent projects of similar size, scope and complexity of this project using form provided in Form 5. Proposers may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (20 Total Points Available) In this criteria, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. • Attach resumes of any sub-vendors and attach letters of intent from stated sub-vendors must be included with proposal submission. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Page 532 of 3707 County of Collier, FL Procurement Kenneth Kovensky, Executive Director 3299 Tamiami Trail, East Naples, FL 34112 [EARTH TECH ENVIRONMENTAL] RESPONSE DOCUMENT REPORT GEN No. 25-8372 Preserve Area Maintenance RESPONSE DEADLINE: June 27, 2025 at 3:00 pm Report Generated: Wednesday, July 16, 2025 Earth Tech Environmental Response CONTACT INFORMATION Company: Earth Tech Environmental Email: jeremys@eteflorida.com Contact: Jeremy Sterk Address: 10600 Jolea Avenue Bonita Springs, FL 34135 Phone: N/A Website: www.eteflorida.com Submission Date: Jun 19, 2025 2:18 PM (Eastern Time) Page 533 of 3707 [EARTH TECH ENVIRONMENTAL] RESPONSE DOCUMENT REPORT GEN No. 25-8372 Preserve Area Maintenance [EARTH TECH ENVIRONMENTAL] RESPONSE DOCUMENT REPORT undefined - Preserve Area Maintenance Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jun 23, 2025 2:02 PM by Jeremy Sterk QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. ALL DOCUMENTS REQUIRING EXECUTION SHOULD BE EITHER BY WET SIGNATURES OR VERIFIABLE ELEC TRONIC SIGNATURES. FAILURE TO PROVIDE THE APPLICABLE DOCUMENTS MAY DEEM YOU NON-RESPONSIVE/NON-RESPONSIBLE. Confirmed 3. Grant Funded Request for Proposal Instructions Form * Grant Funded Request for Proposal Instructions have been acknowledged and accepted. Confirmed 4. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 5. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Page 534 of 3707 [EARTH TECH ENVIRONMENTAL] RESPONSE DOCUMENT REPORT GEN No. 25-8372 Preserve Area Maintenance [EARTH TECH ENVIRONMENTAL] RESPONSE DOCUMENT REPORT undefined - Preserve Area Maintenance Page 3 Confirmed 6. Proposal Submittal* Please submit a proposal per Evaluation Criteria outlined in Solicitation. Earth_Tech_Environmental_Preserve_Area_Maintenance_Solicitation_No_25-8372_RFP.pdf 7. Collier County Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* Form_1.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* Form_2.pdf IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* Form_3.pdf REFERENCE QUESTIONNAIRE (FORM 4) Reference_Forms.pdf GRANT PROVISIONS AND ASSURANCES PACKAGE (FORM 5)* 25-8372_FPP_FEMA_FY25_5.1.25_-_SIGNED.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Sunbiz_2025.pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* E-Verify_MOU.pdf Page 535 of 3707 [EARTH TECH ENVIRONMENTAL] RESPONSE DOCUMENT REPORT GEN No. 25-8372 Preserve Area Maintenance [EARTH TECH ENVIRONMENTAL] RESPONSE DOCUMENT REPORT undefined - Preserve Area Maintenance Page 4 W-9 FORM* W-9_Form.pdf SIGNED ADDENDUMS (IF APPLICABLE) No response submitted MISCELLANEOUS DOCUMENTS No response submitted Page 536 of 3707 E a rt h t E c h E n v i ro n m E n ta l , llc Prepared for: c olliEr c ounty B oard of county c ommissionErs Prepared by: June 20, 2025 r E qu E st for proposal (rfp ) s olicitation 25-8372 pr E s E rv E ar E a maint E nanc E Page 537 of 3707 TABLE OF CONTENTS Criteria 1: Cover Letter / Management Summary Criteria 2: Business Plan Criteria 3: Cost of Services to the County Criteria 4: Experience and Capacity of the Firm Criteria 5: Specialized Expertise of Team Members Required Form Submittals TABLE OF CONTENTS Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Affidavit Form 3: Immigration Affidavit Certification Sunbiz E-Verify FEMA Public Assistance Vendor W-9 Form Insurance Requirements Local Buisness Tax Receipts Requested Licenses and Certifications Page 538 of 3707 3Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Evaluation Criteria No. 1 COVER LETTER MANAGEMENT SUMMARY Page 539 of 3707 10600 Jolea Avenue • Bonita Springs, Florida 34135 • P 239.304.0030 • www.eteflorida.com Collier County Government June 20, 2025 Procurement Services 3295 East Tamiami Trail Building C2 Naples, FL 34112 Re: Solicitation #25-8372 – Preserve Area Maintenance Dear Selection Committee: Earth Tech Environmental LLC has reviewed the #25-8372 Preserve Area Maintenance solicitation and is confident that our firm’s personnel, expertise, local knowledge, and experience meet and exceed Collier County’s preserve area maintenance needs. We are a local firm deeply rooted in personal relationships—built the traditional way, through face-to- face interactions and handshakes. Earth Tech Environmental is proud to be a current contractor under #21-7903 Preserve Area Maintenance contract and welcomes the opportunity to further demonstrate our ecological and biological proficiency to your committee. Over the past four years, our firm has successfully provided environmental services under the current contract to a diverse departmental clientele, including Pelican Bay Service Division, Collier County Conservation Collier Program, Collier County Growth Management Department, Collier County Solid & Hazardous Waste Management, and Collier County Airport Authority. In addition to providing services under this contract, we have also continued to provide ecosystem restoration services to other large scale public entities such as: the Florida Division of Forestry, Florida Gulf Coast University, South Florida Water Management District, The Conservancy of Southwest Florida, Corkscrew Swamp Sanctuary, City of Naples, City of Bonita Springs, City of Sanibel, Florida Wildlife Federation, and Lee County Port Authority. Founded in 2006, Earth Tech Environmental LLC is a Southwest Florida-based environmental consulting and ecosystem restoration firm offering turnkey, sustainable ecological solutions. We specialize in gopher tortoise surveying and removal, mechanical and manual exotic species eradication, ecosystem restoration, mechanical fuel reduction, mangrove trimming, and native plant supply for private, commercial, and municipal clients. Our service portfolio also includes preserve and lake management, mitigation creation, environmental compliance, mechanical vegetation removal, bush hog mowing, fire line and fire break maintenance, and wetland/upland/littoral plant installation. Each project is overseen by a qualified, licensed project manager with a strong understanding of local ecosystems and current management techniques. Our philosophy emphasizes a streamlined, interdisciplinary approach that is simple, effective, and economically sound. This method allows us to deliver clear, measurable, and cost-reductive results while ensuring long-term ecological integrity. With the collaborative strength of our experienced team and reliable subcontractors, we have consistently implemented this approach since our inception. We hope our qualifications, past performance, and longstanding partnerships with Collier County provide the confidence that Earth Tech Environmental LLC is equipped to deliver high-quality, timely Criteria No. 1 - Cover Letter & Management Page 540 of 3707 10600 Jolea Avenue • Bonita Springs, Florida 34135 • P 239.304.0030 • www.eteflorida.com Donn Brown Earth Tech Environmental, LLC 10600 Jolea Avenue Bonita Springs, FL 34135 donnb@eteflorida.com Ph: 239.304.0030 Jeremy Sterk Earth Tech Environmental, LLC 10600 Jolea Avenue Bonita Springs, FL 34135 jeremys@eteflorida.com Ph: 239.304.0030 Donn Brown and Jeremy Sterk are authorized contact persons for this proposal. At the time of this submittal, we are not aware of any addendums to the original RFP. Criteria No. 1 - Cover Letter & Management environmental services now and in the future. Our staff brings decades of cumulative environmental experience within the Collier County area. We deeply value the positive, productive, and cost-efficient relationships we’ve developed with numerous County staff over the years, and we look forward to continuing that legacy. Submission of this signed Proposal certifies that Earth Tech Environmental LLC agrees to accept any awards resulting from this RFP. Sincerely, Page 541 of 3707 6Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Evaluation Criteria No. 2 BUSINESS PLAN Page 542 of 3707 7Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 2 - Business Plan BUSINESS PLAN Earth Tech Environmental LLC was created with the mindset to provide our clients with “turn-key” ecological solutions for their environmental needs. Since 2006, this business plan has provided Earth Tech Environmental LLC with exponential growth. Since 2013, Earth Tech Environmental LLC has added environmental consulting services. In addition, Earth Tech Environmental LLC successfully established a native plant nursery in 2018. Since then, we have doubled our nursery space in addition to establishing a satellite office in DeSoto County, Florida. Our firm has adapted to handling its diversified client list, ranging from single family homeowners, national development companies, and global agribusinesses. To this date, Earth Tech Environmental LLC still strives to be a “turn-key” environmental service provider with vast experience and local knowledge. Earth Tech Environmental LLC understands that our local community and clients face an ever-changing economic environment. Our business plan has adapted over the years to ensure we are providing our clients with a streamlined interdisciplinary approach to solving their environmental needs. Our business plan focuses on simple, effective, and economical tools that provide straightforward and concise results. This is also our approach with mechanical exotic vegetation control. In addition, Earth Tech Environmental LLC implements this ideology to all facets of ecosystem restoration. We strive to provide clients with a cost reductive product with long-term ecological benefits. Utilizing the expertise of our staff and dependable subcontractors, Earth Tech Environmental LLC has successfully implemented this business plan since its inception. Page 543 of 3707 8Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 2 - Business Plan BUSINESS PLAN Step 1 - Potential Client Contact Gather immediate information from potential client regarding project needs and milestones. Assign Project Manager and team to proceed in Due Diligence. Step 2 - Due Diligence Includes obtaining permit information, client information, management plan, aerials, and GIS data. Create updated exhibits and KML files for upcoming site visits. Establish scope of services based on communications with clients, permit information, and discussions with agencies. Step 3 - Site Visit Consists of a combination of physical observations and drone flights to encapsulate the entire site. Establish and Verify Work Area: this is usually accomplished utilizing GPS technology. Establish current conditions, obstacles, access, vegetation densities, percentage of coverage of targeted vegetation, hazards, potential ground conditions. Also litter and debris identification within standard removal requirements. Determine best method or approach to handle the task (i.e. mechanical removal, hand removal or combination of eradication methods.) Step 4 - Post-Visit Evaluation Reviewing data collected from site visit to determine the best method and cost associated with completing the task. Additional details: includes determining if any permits or additional agency correspondence are require to perform the tasks. Labor and Equipment Check List: Project Manager and team assign labor and equipment to each task. Estimating: Assigning timeline to complete the tasks; which includes prioritizations, critical paths, deadlines, milestones etc., and determine final costs. Compile all costs of labor and equipment requirements to complete all task. Provide finalized costs to client for approval and award. Phase252.55 Ac Phase139.88 Ac Phase29.26 Ac CCRRP Collier County, Florida AS SHOWN04/01/21 N/A 2021 Tracking Map Preserve Areas (101.69 Ac) Mechanically Milled Area (19.29 Ac) Original Fire Break (2,358 Ln Ft) Installed Fire Breaks (8,050 Ln Ft) 0 400 800200 Feet SHEET NO. DATE PROJECT NO. SCALE OEARTH TECH ENVIRONMENTAL, LLCEARTH TECH ENVIRONMENTAL, LLC10600 JOLEA AVENUE10600 JOLEA AVENUE BONITA SPRINGS, FLORIDA 34135BONITA SPRINGS, FLORIDA 34135 PHONE (239) 304-0030 FAX (239) 324-0054PHONE (239) 304-0030 FAX (239) 324-0054 Page 544 of 3707 9Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 2 - Business Plan BUSINESS PLAN Step 5 - Mobilization Step 6 - Implementation of Work Coordination between onsite team members to initiate the predetermined phases of work. Quality Control and Quality Assurance assessments are performed throughout the project timeline. Communication with client by project manager is performed throughout project timeline. Onsite team evaluations and meetings are performed throughout project timeline to ensure deadlines are met. If needed; adjustments are made based on changes in the critical path(s) to complete the tasks on time, Step 7 - Milestone Completion Final onsite team walkthrough and end product assessment. Client and/or agency verification of product expectations. Post-Product data assessment to determine final cost assessments, critical path evaluations, scheduling expectations…etc. This includes all equipment and labor required to perform the work. Project Manager implements team safety meeting with emergency management requirements and re-verify scope of services to the onsite team. Provide digital or manual project boundary and work area verifications to project foreman. Page 545 of 3707 10Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 2 - Business Plan PROJECT PRIORITIZATION Earth Tech Environmental LLC is staffed with personnel that are multi-disciplined and have vast experience in numerous services that our firm provides. With regards to the particular requirements for Solicitation 25-8372 RFP for Preserve Area Maintenance; Earth Tech Environmental LLC has several project managers and staff members with experience in operating the equipment required to complete such tasks. Our inventory of equipment allows us to perform multiple similar tasks simultaneously. But, in certain situations a project or a client’s needs take precedence over other projects. Earth Tech Environmental LLC approaches these situations on a case by case basis. Typically, agency deadlines (non-compliance issues), site conditions (standing water), optimal result outcomes (season weather conditions) and/or construction deadlines take precedence when prioritizing project importance. Earth Tech Environmental LLC has weekly scheduling meetings which include project managers, project foreman and our operation manager to adjust our “Breathing Work Schedule.” In some scheduling conflicts Earth Tech Environmental LLC has included our trusted subcontractors to facilitate in meeting our client’s deadlines. Page 546 of 3707 11Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 2 - Business Plan PROJECT OVERFLOW Earth Tech Environmental LLC has utilized its trusted subcontractors since our inception whenever our workload exceeds our internal capacity. We have proactively adapted whenever there has been a need to leverage our subcontractor relationships to further guarantee our client’s expectations and set deadlines. With the direct oversight of one of our experienced project foremans, our trusted subcontractors have been able to successfully assist us with our broad range of mechanical tasks, while still ensuring the highest quality result that our clients expect from us. Earth Tech Environmental LLC may utilize our trusted subcontractors, McLeran Enterprises, Inc., Thrasher Site Development, Mighty Mangroves, Expert Tree Care, and Greenco Vegetation Recycling, if demand exceeds our current staffing levels for this Solicitation 25- 8372 RFP - Preserve Area Maintenance. Photo from McLeran Enterprises Website Photo from Mighty Mangroves Facebook Photo from Expert Tree Care Photo from Greenco Vegetation Recycling Page 547 of 3707 12Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 2 - Business Plan OFFICE LOCATION Page 548 of 3707 13Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 2 - Business Plan EXAMPLE SCHEDULING Earth Tech Environmental LLC utilizes advanced software technologies to enhance project management, scheduling, budgeting, and forecasting across its ecosystem restoration and environmental service projects. These tools support efficient resource allocation, real-time tracking, and financial oversight, while also identifying critical paths to prevent delays. This digital approach improves coordination, transparency, and accuracy throughout every phase of project delivery. Page 549 of 3707 14Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 2 - Business Plan EXAMPLE REPORT - CCRRP GIS Exhibit GIS Tracking Map Exhibit Page 550 of 3707 15Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 2 - Business Plan EXAMPLE REPORT - CCRRP Project Number: Other Other Other Other Hours Hours Hours 20.0 27.0 7.5 27.0 7.5 27.0 26.0 20.0 27.0 26.0 20.0 27.0 26.0 20.0 27.0 26.0 27.0 26.0 27.0 7.5 27.0 7.5 27.0 7.5 Signature: Herbicide Applicator #6 Herbicide Applicator #7 Chainsaw Operator #1 Chainsaw Operator #2 Laborer #6 Laborer #7 5/1/2025: Foliar/Spot Spray- Caesar Weed, Spanish Needle, Hemp Vine, Grape Vine, Poison Ivy, Briar vine, Virginia creeper, Natal Grass, Torpedo Grass & Primrose. Hand Pull/Cut Stump-Brazilian Pepper, Earleaf Acacia, Maleleuca. Also performed fire break maintenance with skid-steer. Chainsaw Operator #5 15%100 ±Est. Exotic Coverage:PH1 & PH2 Herbicide Applicator #9 Herbicide Applicator #10 Herbicide Applicator #11 Temperature : Weather Conditions (rain, cloud coverage, sunny…etc.) : Spot Spray Site Conditions Treatment Methods (check all that apply) 75-85F Mix Rates: OPG = Ounces Per Gallon 4/30/2025: Foliar/Spot Spray- Caesar Weed, Spanish Needle, Hemp Vine, Grape Vine, Poison Ivy, Briar vine, Virginia creeper, Natal Grass, Torpedo Grass & Primrose. Treatment Area Indicate total size of areas treated: acreage, wetland ID and/or preserve ID and additional notes Laborer #5 Basal Copperhead® Shells (83.5% Imazapyr) Foliar 4/28/2025: Foliar/Spot Spray- Caesar Weed, Spanish Needle, Hemp Vine, Grape Vine, Poison Ivy, Briar vine, Virginia creeper, Natal Grass, Torpedo Grass & Primrose. Est. Acreage: Hand Pull/Cut Stump-Brazilian Pepper, Earleaf Acacia, Maleleuca. Also performed fire break maintenance with skid-steer. 0-10MPH 4/29/2025: Foliar/Spot Spray- Caesar Weed, Spanish Needle, Hemp Vine, Grape Vine, Poison Ivy, Briar vine, Virginia creeper, Natal Grass, Torpedo Grass & Primrose. Treatment Location: Indicate equipment usage: equipment type and hours of usage Cut Stump Total Applied Gallons of Mixed Chemical: 3 oz. of glyphosate per gallon, 1 oz. of 2, 4-D per gallon & 3:5 ration of triclopyr to impel red oil Tractor Operator #1 sunny with afternoon clouds Est. Wind Speed :Water Levels : Laborer #4 Herbicide Applicator #12 Chainsaw Operator #4 1/2 HR Lunchbreak each day Fax: (239) 324-0054 Earth Tech Environmental, LLC Daily Treatment Report 5PM FDACS License Number Field Technician Leader - Gayk Mekenyan Office: (239) 304-0030 CM22736 119142.0 10600 Jolea Ave CC RRBP PH1 & PH2 www.eteflorida.com Bonita Springs, FL 34135 Field Technician Leader - Dean Fella Field Technician Leader - Spencer Blalock Field Technician Leader - Jason Miller FDACS Licensed Applicators Project Manager - Donn Brown CM15838 CM22652 CM25056 CM25154 Start Time : Application Start Time : Field Technician Leader - Payton Blalock April 28 - May 1, 2025 CM23692 7AM CC License # 33235 Project Name: Polaris® (27.7% imazapyr) Garlon 3® (55.6% triclopyr amine) Garlon 4® (60.4%) / Impel Red* HERBICIDES Habitat® (27.7% imazapyr) 245 oz. End Time : AquaStar® (53.8% glyphosate)BluMark® Induce® (90% spreader adjuvant) HERBICIDES SURFACTANTS & ADJUVANTS 625 oz. Hand Pull Frill/Girdle 575 oz. Quest® (50% conditioning agent) Weed RHAP A-4D® (46.7% 2, 4-D) 300 oz. x x x x x x Weedar 64® (46.8% 2, 4-D) Herbicide mixtures may include surfactant and indicator dye per recommended label rates *Unless otherwise noted Garlon 4 (60.4% triclopyr ester) / Impel Red mix rate @ 18.2%* Surefire Complete (59.75 % Spray Adjuvant & 34% Ammonium Sulfate) Herbicide Applicator #8 Chainsaw Operator #3 Laborer #8 Employee Hours Per Day (not including breaks & lunch) Hand Pull/Cut Stump-Brazilian Pepper, Earleaf Acacia, Maleleuca. Also performed fire break maintenance with skid-steer. Hand Pull/Cut Stump-Brazilian Pepper, Earleaf Acacia, Maleleuca. Also performed fire break maintenance with skid-steer. Herbicide Applicator #3 Laborer #1 Herbicide Applicator #13 Skid-Steer Operator #1 Application Personnel Ford 150 with 100 gallon spray tank, Kubota 900 with 2 30 gallon spray tanks, Backpack Sprayer, Machete, and Skid-steer with attachment Applicator NameApplicator Name Applicator Name 750g of herbicide mix and 200g of triclopyr/impe red mix Herbicide Applicator #2 Laborer #2 Herbicide Applicator #4 Herbicide Applicator #14 Laborer #3 Herbicide Applicator #1 Herbicide Applicator #5 Herbicide Applicator #15 0 Imitator Aquatic® (53.8% glyphosate) Round up Custom( 53.8% glyphosate) Daily Herbicide Usage (per Gallons or Ounces of Product) 1 Gallon = 128 Ounces 300 oz. Project Location : Collier County, FL Application End Time : Tribune( diquat ) Application Date: Renovate® (44.4% triclopyr amine) Triclopyr 3 (44.4% triclopyr) 900 oz. Trycera® (29.4%) / Impel Red* Magnum® (90% spreader adjuvant) CCRRP Treatment Report Project Number: Other Other Other Other Hours Hours Hours 20.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 10.0 25.0 10.0 25.0 10.0 Signature: Herbicide Applicator #7 Chainsaw Operator #2 Laborer #7 Herbicide Applicator #8 Chainsaw Operator #3 Laborer #8 Herbicide Applicator #5 Herbicide Applicator #15 Laborer #5 Herbicide Applicator #6 Chainsaw Operator #1 Laborer #6 Herbicide Applicator #3 Herbicide Applicator #13 Laborer #3 Herbicide Applicator #4 Herbicide Applicator #14 Laborer #4 Herbicide Applicator #1 Herbicide Applicator #11 Laborer #1 Herbicide Applicator #2 Herbicide Applicator #12 Laborer #2 Skid-Steer Operator #1 Herbicide Applicator #9 Chainsaw Operator #4 Tractor Operator #1 Herbicide Applicator #10 Chainsaw Operator #5 Indicate equipment usage: equipment type and hours of usage Ford 150 with 100 gallon spray tank, Kubota 900 with 2 30 gallon spray tanks, Backpack Sprayer, Machete, and Skid-steer with attachment Application Personnel Employee Hours Per Day (not including breaks & lunch) Applicator Name Applicator Name Applicator Name 1/2 HR Lunchbreak each day Mix Rates: OPG = Ounces Per Gallon 3 oz. of glyphosate per gallon, 1 oz. of 2, 4-D per gallon & 3:5 ration of triclopyr to impel red oil Total Applied Gallons of Mixed Chemical:850g of herbicide mix and 400g of triclopyr/impe red mix 5/5/2025: Foliar/Spot Spray- Caesar Weed, Spanish Needle, Hemp Vine, Grape Vine, Poison Ivy, Briar vine, Virginia creeper, Natal Grass, Torpedo Grass & Primrose. Hand Pull/Cut Stump-Brazilian Pepper, Earleaf Acacia, Maleleuca. Also performed fire break maintenance with skid-steer. 5/6/2025: Foliar/Spot Spray- Caesar Weed, Spanish Needle, Hemp Vine, Grape Vine, Poison Ivy, Briar vine, Virginia creeper, Natal Grass, Torpedo Grass & Primrose. Hand Pull/Cut Stump-Brazilian Pepper, Earleaf Acacia, Maleleuca. Also performed fire break maintenance with skid-steer. 5/7/2025: Foliar/Spot Spray- Caesar Weed, Spanish Needle, Hemp Vine, Grape Vine, Poison Ivy, Briar vine, Virginia creeper, Natal Grass, Torpedo Grass & Primrose. Hand Pull/Cut Stump-Brazilian Pepper, Earleaf Acacia, Maleleuca. Also performed fire break maintenance with skid-steer. Weather Conditions (rain, cloud coverage, sunny…etc.) :sunny with afternoon clouds Treatment Area Indicate total size of areas treated: acreage, wetland ID and/or preserve ID and additional notes Treatment Location:PH3 Est. Exotic Coverage:20%Est. Acreage:77± Site Conditions Water Levels :0 Temperature :75-85F Est. Wind Speed :0-10MPH Foliar x Cut Stump x Hand Pull x Herbicide mixtures may include surfactant and indicator dye per recommended label rates *Unless otherwise noted Garlon 4 (60.4% triclopyr ester) / Impel Red mix rate @ 18.2%* Treatment Methods (check all that apply) Basal x Frill/Girdle x Spot Spray x Copperhead® Shells (83.5% Imazapyr) Imitator Aquatic® (53.8% glyphosate) Round up Custom( 53.8% glyphosate)Renovate® (44.4% triclopyr amine)Surefire Complete (59.75 % Spray Adjuvant & 34% Ammonium Sulfate)Tribune( diquat ) Weed RHAP A-4D® (46.7% 2, 4-D) Weedar 64® (46.8% 2, 4-D)1300 oz.Triclopyr 3 (44.4% triclopyr)Magnum® (90% spreader adjuvant) Habitat® (27.7% imazapyr)Garlon 3® (55.6% triclopyr amine)Quest® (50% conditioning agent)350 oz. Polaris® (27.7% imazapyr)Trycera® (29.4%) / Impel Red*Induce® (90% spreader adjuvant)350 oz. AquaStar® (53.8% glyphosate)2000 oz.Garlon 4® (60.4%) / Impel Red*400 oz.BluMark®700 oz. Project Location : Collier County, FL End Time : 5PM Daily Herbicide Usage (per Gallons or Ounces of Product) 1 Gallon = 128 Ounces HERBICIDES HERBICIDES SURFACTANTS & ADJUVANTS Project Name: CC RRBP PH1 & PH2 Application Start Time : 119142.0 Application End Time : Field Technician Leader - Gayk Mekenyan CM25154 Field Technician Leader - Payton Blalock CM25056 Application Date: May 5 - May 7, 2025 Start Time :7AM www.eteflorida.com Field Technician Leader - Spencer Blalock CM22652 CC License # 33235 Field Technician Leader - Jason Miller CM23692 Office: (239) 304-0030 Project Manager - Donn Brown CM15838 Fax: (239) 324-0054 Field Technician Leader - Dean Fella CM22736 Earth Tech Environmental, LLC Daily Treatment Report 10600 Jolea Ave Bonita Springs, FL 34135 FDACS Licensed Applicators FDACS License Number Page 551 of 3707 16Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Evaluation Criteria No. 3 COST OF SERVICES TO THE COUNTY Page 552 of 3707 17Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 3 - COSTS OF SERVICES TO THE COUNTY EQUIPMENT Earth Tech Environmental LLC has been performing control of exotic invasive plants since 2006. Below is a current list of equipment that is readily available to complete all work for this task. In addition, any additional equipment that is needed can be provided by vendors or subcontractors. All work is supervised by a project manager/project foreman that is FDACS licenses to apply herbicides in natural areas, ROW’s, aquatic areas and/or forested areas. All equipment will be examined before jobs commence to ensure that all blades are sharpened to provide a smooth, clean-cut. Earth Tech Environmental LLC Equipment List: Year Equipment 1976 Pontoon Boat (Includes Motor) 1998 Club Car Carryall - Turf 2 2002 Skidsteer Model 226T 2009 King 200 Galloon Sprayer 2009 Gheenoe Boat 2014 Kubota: RTV 500-H 2014 Kubota Tractor: M7040 2016 Kubota: RTV 500 2016 Kubota: RTV 500 2016 Kubota: RTV-X900 WL-H 2016 North Star 100 Gal Hose Skid Sprayer 2017 Kubota: RTV X900 2017 Kubota: CTL w ROPS/ Fecon 2017 80" Bucket 2017 Special Application Door 2017 Forestry Package 2017 Samari Knifes 2017 Add. Attachment/KuboTA CTL 2018 6' Bush Hog Rotary Cutter 2018 Tracker Jon Boat 2019 Honda 5 HP Outboard Motor 2020 Kubota Tractor 2020 Front Lowder Attachment 2020 Finish Mower Attachment 2020 Kubota: RTV X1140 WL 2021 Inmar RHIB Boat 2022 Root Grapple 2022 Lift: Model I12N301 BBH 2023 Kubota: RTVX900- Diesel 2023 Kubota: RTVX1140 Year Equipment 2023 Kawasaki: Model KVF750GPFNN 2023 Kings Sprayer (200) 2023 Kings Sprayer (200) 2023 2" Inch Pump 2023 Kubota Excavator: KX040 2023 Kings Sprayer (200) 2023 LAND PRIDE DISC 2024 Land Pride Mower Deck 2024 Kubota: M7060HDC 2024 Kubota Quick Attach Front End Loader: LA1154A 2024 Kubota Landpride 5500lbs Pallet Forks: AP-PFL5648 2024 Kubota Landpride Heavy Duty 12' Folding Cutter: RC3712 2025 Covered Wagon CW8.5x24TA3 Kubota Tractor 2800D Loader LA463 Mower FDR Brush Cutter ( ETE13 attach) Angle Blade 84" ( ETE 13 attach) 6" Auguer ( ETE 13 attach) 9" Augur ( ETE 13 attach) Grapple ( ETE 13 attach) Bush Hog Mower Deck Camo Color Canoe Yamaha 3HP Motor Swamp Buggy Honda Boat 5hp Motor Page 553 of 3707 18Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 3 - COSTS OF SERVICES TO THE COUNTY EQUIPMENT Year Equipment 2006 AOK Trailer (Grey) 2008 COTC Utility Trailer 2008 Continental Trailer 2009 Topi Trailer 2013 UDUM Trailer 2013 CALB Trailer 2015 CALB Trailer 2015 PTTS Trailer 2016 Ford F-150 Supercab 2016 Ford F-150 4X4 2018 Ford Super Duty F-450 2018 Ford F-150 4x4 Supercrew 2018 Ford F-150 Supercab 2019 Ford F-250 2019 6 x 12 Utility Trailer 2019 Trailer for Pontoon Boat 2019 Equipment Trailer: Model EH2024K 2019 Silver Trailer for Black Boat 2020 Ford F-250 Super Duty XLT 2021 Pact Trailer: Turbidity Boat 2021 Jeep Gladiator 2021 Jeep Gladiator 2021 Ford F-150 Supercrew 2021 Ford F-250 2022 Bigfoot Trailer: Model 14ET20XP 2022 U Dump Trailer 2022 Magic Tilt - John Boat Trailer 2023 Ford F-150 2023 Magic Tilt - John Boat Trailer 2023 GPS Utility GTT6167K Trailer 2023 Jeep Gladiator 2024 Ford Transit Passenger Wagon 2024 Ford F-250 Super Duty 2024 Ford F-250 2025 Toyota Tundra 2025 Bannon Utility Trailer Page 554 of 3707 19Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Personnel / Equipment Rate Unit Field Supervisor $65.00 HOURLY Laborer $30.00 HOURLY Professional Mangrove Trimmer $90.00 HOURLY Gopher Tortoise Agent $90.00 HOURLY FDACS Certified Herbicide Applicator $65.00 HOURLY Licensed Tree Trimmer $90.00 HOURLY Chainsaw Operator $45.00 HOURLY Stump Grinder on Tracks $150.00 HOURLY Bush Hog Mower $150.00 HOURLY 30 yd. Dumpster Disposal Fee $450.00 PER LOAD TOTAL $1,225.00 PERSONNEL RATES Criteria No. 3 - COSTS OF SERVICES TO THE COUNTY Page 555 of 3707 20Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Equipment Rate Unit Note Non-Licensed Herbicide Applicator* $45.00 HOURLY ** Skid-steer w/ attachment $250.00 HOURLY Skid-steer w/ mulching head $280.00 HOURLY Mini Skid-steer w/ attachment $175.00 HOURLY Mini Excavator w/ attachment $175.00 HOURLY Mini Excavator w/ mulching head $280.00 HOURLY Excavator 60k# w/ attachment $300.00 HOURLY * Excavator 60k# w/ mulching head $325.00 HOURLY * Front End Loader w/ attachment $250.00 HOURLY * Amphibious Excavator 30k class $25,000.00 WEEKLY * Dozer 45k class w/ attachment $200.00 HOURLY * 50 yd. Grapple Truck $475.00 PER LOAD 75 yd. Tree Truck $600.00 PER LOAD 4x4 UTV or ORV $150.00 DAILY 30 yd. Off-Road Dumptruck $1,500.00 DAILY * 10 yd. Dumptruck $100.00 HOURLY * 4x4 Tractor w/ attachment $150.00 HOURLY 3 yd. Dump Trailer $250.00 DAILY 4x4 Swamp Buggy $500.00 DAILY Arial Lift 50-65 ft. $175.00 HOURLY Bucket Truck w/ 3 man crew $325.00 HOURLY Chip Truck w/ 3 man crew $345.00 HOURLY 500 Gallon Water Trailer w/ Operator $1,200.00 DAILY ADDITIONAL EQUIPMENT RATES Criteria No. 3 - COSTS OF SERVICES TO THE COUNTY Notes: *Mobilization rates are $145 per hour with a 3 hour minimumm. Dump Truck utilization is a minimum of 4 hours. Any additional attachemtns willl be rented at a cost-plus 10% rate. Any additional equipment will be rented at a cost-plus 10% rate. ** Non-licensed Herbicide Applicator will be under the supervision of a FDACS Certified Herbicide Applicator. Page 556 of 3707 21Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Evaluation Criteria No. 4 EXPERIENCE AND CAPACTIY OF THE FIRM Page 557 of 3707 22Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm QUALIFICATIONS Earth Tech Environmental LLC offers a wide range of professional environmental services across several environmental disciplines, stretching beyond ecological restoration and the removal of exotic vegetation. Earth Tech Environmental LLC has its own in-house environmental consulting department that works alongside our ecological restoration crews to provide further guidance and quality assurance. Ever since the establishment of our consulting services department which started in 2013, our consultants have acquired numerous certifications including registered gopher tortoise agents, burrowing owl agent, eagle monitoring, indigo snake monitoring, USCG OUPV Captain’s License, two certified drone pilots, and certified wetland delineators with many years of experience in each of these disciplines. Financial Strength * - Revenue through May 31, 2025 Earth Tech Environmental LLC has shown exponential growth since its inception. Through our financial standing, experience in the industry, and the business practices of our company as well as our owners, we can obtain bonding capability on projects for $4 million with an aggregate amount of $8 million. This provides another layer of trust between us and our clients because it gives them the assurance as to the quality of work being provided and sends a message that we are credible, professional, and ethical. Additionally, Earth Tech Environmental LLC established an in-house native plant nursery in 2018 which is overseen by a dedicated experienced nursery manager & staff to further support and add value to our region’s ecological restoration efforts. Our internal native plant nursery has dramatically improved our overall efficiency in executing all of our restoration projects with the added benefit in cost saving, which we are able to extend to our clients. * Page 558 of 3707 23Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Earth Tech Environmental LLC has utilized its trusted subcontractor’s since our inception during times when our workload has exceeded our interal capacity. Earth Tech Environmental LLC may utilize our trusted subcontractors McLaren Enterprises Inc., Mighty Mangroves, Expert Tree Care, Greenco Vegetation Recycling, and Thrasher Site Developments. SUBCONTRACTORS McLaren Enterprises Inc. McLaren Enterprises Inc. was founded in 1999 and based in Naples, Florida. McLeran Enterprise Inc. is a leading provider of land development services with a strong commitment to environmental precision and sustainability. With over 25 years of industry expertise, the company specializes in land clearing, grading, forestry mulching, and ecological land management throughout South Florida. McLeran Enterprise partners with governmental agencies, builders, property managers, and private landowners to deliver development solutions that meet both project goals and regulatory standards. Their core services include sustainable site preparation, wetland and sensitive area clearing, invasive species removal, and mitigation planning. Balancing heavy-duty operations with a conservation-first approach, McLeran Enterprise is dedicated to transforming land responsibly—preserving South Florida’s native habitats while supporting smart, sustainable growth. Mighty Mangroves Lori Vogt, of Mighty Mangroves, is an experienced ecologist and ISA Certified Arborist with over 25 years in the environmental field, working across public and private sectors in Southwest Florida. As the founder of Mighty Mangroves, Lori brings deep expertise in coastal and inland ecosystems, including mangroves, freshwater wetlands, uplands, and estuarine habitats. Her work spans Collier, Lee, and Charlotte counties, with a strong focus on tree protection, native vegetation management, and wildlife conservation. She holds certifications as a Professional Wetland Scientist, Professional Mangrove Trimmer, and Master Naturalist, and is a long-standing member of organizations like SWS, ISA, and FAEP. Lori’s background includes significant roles with local and state agencies, where she served as a Senior Environmental Planner and Specialist, managing ecological assessments, permitting, and habitat protection initiatives. ISA Certified Arborist No. FL-0559, Professional Mangrove Timmer No. QMT-60,Wetland Scientist No. 3242 Page 559 of 3707 24Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Expert Tree Care Expert Tree Care is a licensed and insured tree and landscape maintenance company based in Bonita Springs, Florida, proudly serving Collier and Lee Counties—including Naples, Bonita Springs, Estero, Fort Myers, and Cape Coral—for over 20 years. Renowned for their reliability, professionalism, and streamlined operations, they specialize in serving commercial properties, golf courses, HOAs, and master-planned communities with tailored solutions and consistent results. For almost a decade, Expert Tree Care has served as a trusted subcontractor of Earth Tech Environmental, LLC on numerous projects across Southwest Florida. Their current portfolio includes work on the 21- 7903 Preserve Area Maintenance contract. Expert’s experienced management team oversees every project from start to finish, ensuring safety, efficiency, and environmental responsibility. Services include tree removal, hazardous branch elimination, precision trimming and pruning to ANSI A300 standards, stump grinding, debris removal, and certified arborist evaluations. All work is performed under the supervision of ISA-certified arborists, with full documentation of credentials available upon request. Thrasher Site Developments, Inc. is a locally owned and family-operated business founded in 1999, with a long-standing reputation for delivering high-quality, detail-oriented land clearing and site development services across Southwest Florida. With over two decades of experience, Thrasher specializes in excavation, grading, land clearing, site development, and debris removal, consistently exceeding expectations through precision and reliability. Known for their hands-on approach and commitment to excellence, Thrasher Site Developments has contributed to a wide range of successful projects for Earth Tech Environmental LLC. For over a decade, Thrasher Site Development has provided subcontractor services for a multitude of projects throughout Southwest Florida, including current work under the 21-7903 Preserve Area Maintenance, Babcock Ranch, and the RSW onsite preserve and mitigation park. Their consistent performance and attention to detail have made them a trusted partner in complex site preparation and environmental restoration work throughout the region. Thrasher Site Developments, Inc. Page 560 of 3707 25Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Greenco Vegetation Recycling Greenco Vegetation Recycling is a Florida-based environmental services provider specializing in the efficient and eco-friendly removal of horticultural debris from job sites. With a strong commitment to sustainability and regulatory compliance, Greenco serves contractors, municipalities, and land management teams by clearing and recycling vegetative waste— including branches, leaves, stumps, and brush—generated during land clearing, maintenance, or landscaping projects. Our services also include the removal and proper disposal of exotic and invasive plant debris to help protect native ecosystems. Greenco uses best-in-class equipment and low-impact practices to ensure minimal site disturbance while delivering reliable, timely cleanup services that support a cleaner and healthier environment. Page 561 of 3707 26Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm  DĐ>ĞƌĂŶ>ĂŶĚDĂŶĂŐĞŵĞŶƚ ϭϯϬϴƚŚ^ƚƌĞĞƚ^ EĂƉůĞƐ͕&>ϯϰϭϭϳ WŚŽŶĞ͗;ϮϯϵͿϵϴϵͲϭϯϭϭͮŵĂŝů͗ŵĐůĞƌĂŶĞŶƚĞƌƉƌŝƐĞƐΛLJĂŚŽŽ͘ĐŽŵ tĞďƐŝƚĞ͗ǁǁǁ͘ŵĐůĞƌĂŶĞŶƚĞƌƉƌŝƐĞƐ͘ĐŽŵ   :ƵŶĞϭϮ͕ϮϬϮϱ  DĐ>ĞƌĂŶŶƚĞƌƉƌŝƐĞƐŝŶĐ͘ŝƐĞŶŐĂŐĞĚĂƐĂƐƵďĐŽŶƚƌĂĐƚŽƌĨŽƌZ&WϮϱͲϴϯϳϮ͗WƌĞƐĞƌǀĞƌĞĂ DĂŝŶƚĞŶĂŶĐĞ͘tĞǁŝůůďĞƉƌŽǀŝĚŝŶŐƐĞƌǀŝĐĞƐĨŽƌŵĞĐŚĂŶŝĐĂůĞdžŽƚŝĐƐƌĞŵŽǀĂů͕ĨƵĞů ƌĞĚƵĐƚŝŽŶƐĞƌǀŝĐĞƐ͕Ĩŝůů͕ĂŐŐƌĞŐĂƚĞƐ͕ŐƌĂĚŝŶŐ͕ŚŽƌƚŝĐƵůƚƵƌĂůĚĞďƌŝƐƌĞŵŽǀĂů͕ŵŽǁŝŶŐ ƐĞƌǀŝĐĞƐ͕ďƵƐŚŚŽŐŐŝŶŐƐĞƌǀŝĐĞƐ͕ĂŶĚůŝƚƚĞƌͬƚƌĂƐŚƌĞŵŽǀĂů͘  dŚĂŶŬLJŽƵ͕  EĞǀŝŶDĐ>ĞƌĂŶ WƌĞƐŝĚĞŶƚͬKǁŶĞƌ DĐ>ĞƌĂŶ>ĂŶĚDĂŶĂŐĞŵĞŶƚ Page 562 of 3707 27Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm June 5, 2025 Mighty Mangroves is engaged as a subcontractor to Earth Tech Environmental for RFP 25-8372: Preserve Area Maintenance. Mighty Mangroves will be providing ISA Certified Arborist service support as well as Professional Mangrove Trimming (PMT) supervision for any mangrove permitting, trimming or maintenance. Thank you, Lori Vogt Page 563 of 3707 28Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm RE: Letter of Intent – RFP 25-8372 Collier County Preserve Area Maintenance To Whom It May Concern, Expert Tree Care is pleased to submit this Letter of Intent confirming our role as a subcontractor to Earth Tech Environmental LLC for RFP 25-8372 – Collier County Preserve Area Maintenance. As part of this contract, Expert Tree Care will be responsible for providing the following professional services: • Large tree removal • Stump grinding • Horticultural debris chipping and disposal We look forward to supporting this project and contributing to the successful execution of the scope of work outlined in the RFP. Should any additional documentation or clarification be required, please do not hesitate to contact us. Sincerely, Jeff Kaulbars Account Manager / Authorized Representative 24260 Production Cir | Bonita Springs FL 34135 239 -788-5735 | Expertlawncare.net Jeff@experttreecare.net June 12, 2025 Page 564 of 3707 29Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Thrasher Site Development, Inc. PO BOX 367672 Bonita Springs, FL 34136 239.370.2205 Tsd.1999@gmail.com June 12, 2025 Donn Brown Founder / President Earth Tech Environmental, LLC 10600 Jolea Avenue Bonita Springs, FL 34135 Dear Mr. Brown, Thrasher Site Development, Inc. is proud to be considered as a subcontractor for RFP 25-8372: Preserve Area Maintenance. Our company will be providing fill and debris removal services in support of the overall preserve area maintenance scope. We are prepared to execute this work in compliance with project timelines, environmental standards, and all requirements established by your team and Collier County. We have served Southwest Florida since 1999, providing site development, exotic vegetation removal, drainage solutions, and restoration services for residential, commercial, and municipal clients. Our team brings decades of hands-on experience, and we are fully licensed—including holding an active Collier County Excavating License. We are equipped to handle complex site challenges while maintaining high standards of quality and compliance. We are committed to exceeding expectations through clear communication, dependable service, and tailored solutions for every project. Sincerely, Harold K Thrasher Harold “Keith” Thrasher Thrasher Site Development, Inc. Page 565 of 3707 30Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm   'ƌĞĞŶĐŽsĞŐĞƚĂƚŝŽŶZĞĐLJĐůŝŶŐ ϵϱϰůĂƌĞůůĞŶƌ͘ &ŽƌƚDLJĞƌƐ͕&>ϯϯϵϭϵ WŚŽŶĞ͗;ϮϯϵͿϴϮϱͲϬϵϱϯͮŵĂŝů͗ŐƌĞĞŶĐŽϮϯϵΛŐŵĂŝů͘ĐŽŵ  :ƵŶĞϭϭ͕ϮϬϮϱ ^ƵďũĞĐƚ͗>ĞƚƚĞƌŽĨ/ŶƚĞŶƚ–Z&WϮϱͲϴϯϳϮŽůůŝĞƌWƌĞƐĞƌǀĞƌĞĂDĂŝŶƚĞŶĂŶĐĞ  dŽtŚŽŵĞǀĞƌ/ƚDĂLJŽŶĐĞƌŶ͕  'ƌĞĞŶĐŽsĞŐĞƚĂƚŝŽŶZĞĐLJĐůŝŶŐĨŽƌŵĂůůLJĞdžƉƌĞƐƐĞƐŝƚƐŝŶƚĞŶƚƚŽƐĞƌǀĞĂƐĂƐƵďĐŽŶƚƌĂĐƚŽƌƚŽĂƌƚŚ dĞĐŚŶǀŝƌŽŶŵĞŶƚĂů͕>>ĨŽƌŽůůŝĞƌŽƵŶƚLJWƌŽũĞĐƚEŽ͘ϮϱͲϴϯϳϮWƌĞƐĞƌǀĞƌĞĂDĂŝŶƚĞŶĂŶĐĞ͘KƵƌ ĐŽŵƉĂŶLJŝƐĨƵůůLJĞƋƵŝƉƉĞĚĂŶĚƋƵĂůŝĨŝĞĚƚŽƐƵƉƉŽƌƚĂůůŚŽƌƚŝĐƵůƚƵƌĂůĚĞďƌŝƐƌĞŵŽǀĂůƐĞƌǀŝĐĞƐ͘ WůĞĂƐĞĂĐĐĞƉƚƚŚŝƐůĞƚƚĞƌĂƐĐŽŶĨŝƌŵĂƚŝŽŶŽĨŽƵƌĐŽŵŵŝƚŵĞŶƚƚŽĐŽůůĂďŽƌĂƚĞŽŶƚŚŝƐŝŵƉŽƌƚĂŶƚ ƉƌŽũĞĐƚ͘  ^ŝŶĐĞƌĞůLJ͕  ZŽďĞƌƚĂƌƚĞƌ KǁŶĞƌͬKƉĞƌĂƚŽƌ 'ƌĞĞŶĐŽsĞŐĞƚĂƚŝŽŶZĞĐLJĐůŝŶŐ Page 566 of 3707 31Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm EXPERIENCE This synergistic relationship further enhances the decisions made by our skilled operators who have over 30 years of operating low ground pressure equipment in and around preserve areas, with ample experience in staying out of drip lines, off tree roots and taking special care to not leave ruts behind. Cleaning up sites in a manner to avoid bumping, grinding, and/ or causing any other damage to vegetation, fences, and benches is a priority at Earth Tech Environmental LLC. Utilizing low ground pressure equipment, & understanding of machine ground pressures, root systems of trees, and drip lines It is also important to note that it is customary that all of our machinery is clean and blown off to meet Department of Transportation specifications for transport before leaving the site. Equipment is then brought to the shop and pressure washed off before mobilizing to new sites De-contaminating invasive, exotic spores, seeds, and grasses from machinery Earth Tech Environmental LLC manages many different preserve eco-types for many different clients. Each preserve and client has different needs, and we implement adaptive management techniques that can provide the right services for each individual preserve while ensuring the needs of our clients. Whether we are managing wetlands, upland, or ecotones; Earth Tech Environmental LLC initiates its management plan based on best management practices and industry standards set forth by local, state, and federal guidelines. Working in preserve areas where listed species occur Earth Tech Environmental LLC has talented GIS Technicians on staff that possess extensive experience in re-digitizing any work area / boundary imagery onto real world coordinates and to the proper scale. We also have the capacity to use different handheld GPS devices (with sub- meter and sub-foot accuracy) as supplemental tools when necessary, to help ensure & safeguard the highest level of accuracy with every task to complete. It is standard practice for us to then convert every work area into digital (KML) files that each of our project managers, and field supervisors utilize in real time to further guarantee that every task is thoroughly completed as shown on the aerial maps of a site. Reading aerial maps of a site Page 567 of 3707 32Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm EXPERIENCE Earth Tech Environmental LLC is experienced and knowledgeable in the identification and control of invasive species in both aquatic and terrestrial environments. We have a proven track record in recommending and implementing cost effective management solutions that meet our client’s needs. Our solutions not only meet our client’s immediate needs, but also promote the long-term success of the natural community through different hand removal and mechanical methods. Preserve Nuisance vegetation removal Earth Tech Environmental LLC has four FWC authorized gopher tortoise agents on staff, including two on the ecological restoration crew with several years of experience. ETE has managed many projects where gopher tortoises were identified during restoration activities and across countless species surveys. Our standard process is to GPS locate each burrow, flag them in the field and establish a 25’ radius “perimeter safety barrier” around the opening of the burrow to offer further protection. These protective buffers are then always provided in digital format (KML files) to our machine operators to ensure that they are aware of their locations at all times through their GIS applications during mechanical activities. It is also customary for us to include a registered Gopher Tortoise agent to escort our mechanical equipment through any of the Gopher Tortoise natural habitats. Our interdisciplinary exposure to these other types of environmental services have allowed us to develop strong plant identification skills and further improve on our ability to determine the best approach to take when executing practical solutions based on the different wetland and upland ecosystems. In many cases, we are able to leverage our strong plant identification skills in combination with our wetland delineation knowledge to ensure that we are keeping the proper distance from our local sensitive ecotones. Our project managers, supervisors and project ecologists have many years of experience conducting preserve monitoring events, informal wetland delineations, wetland / upland flagging, have been involved with pursuing Environmental Resource Permits and facilitated many non-compliance concerns where general and special conditions were not being properly followed. Knowledge of Florida plants, Florida wetland and upland ecosystems, & keeping a proper distance from ecotones Knowledge of proper identification and protection of gopher tortoise burrows and Florida listed species Page 568 of 3707 33Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 LICENCES & CERTIFICATIONS License Type Issued to Firm or Employee License Number FDACS Applicator License Donn Brown CM15838 Spencer Blalock CM22652 Payton Blalock CM25056 Dean Fella CM22736 Jason Miller CM23692 Gayk Mekenyan CM25154 Max Mard CM28758 Part 107 Commercial Drone Pilot License Conor Goulding 4386571 FWC Authorized Gopher Tortoise Agent Jason Miller 19-00100 Gayk Mekenyan 19-00099 Jeremy Sterk 09-00192 Andrew McAuley 19-00093 Conor Goulding 22-00058 FWC Burrowing Owl Registered Agent Jeremy Sterk RAG-18-00080 Criteria No. 4 - Specialized Expertise of Team https://aessearch.fdacs.gov/PersonSearch.asp Page 569 of 3707 34Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 CLAM BAY PARK 2024 In 2024, Earth Tech Environmental was contracted with the City of Naples to perform exotic removal, mangrove trimming, and large tree removal within the Clam Pass Park native vegetation buffer. The work areas consisted of 1,000 linear feet of navigable canal mangrove trimming, and exotic vegetation removal within 2.0 acres of native vegetation buffer. This task required oversight by a Professional Mangrove Trimmer (PMT), Certified Arborist, and a FDACS Licensed Herbicide Applicator. All horticultural debris from the trimming and removal was disposed of off site. Criteria No. 4 - Experience and Capacity of the Firm Project Relevancy • Mangrove Trimming • Mechanical Vegetation Removal • Large Tree Removal Client Contact Info Katie Laakkonen Natural Resources Division City of Naples 295 Riverside Circle Naples, FL 34102 Direct: (239) 213-7122 Email: klaakkonen@naplesgov.com $95,000 2024 CONTRACT VALUE Page 570 of 3707 35Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8372 Preserve Area Maintenance Reference Questionnaire for: Earth Tech Environmental LLC (Name of Company Requesting Reference Information) Donn Brown (Name of Individuals Requesting Reference Information) Name: Katie Laakkonen (Evaluator completing reference questionnaire) Company: City of Naples - Natural Resources Division (Evaluator’s Company completing reference) Email: klaakkonen@naplesgov.com FAX: N/A Telephone: (239) 213-7122 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: 24-017 Exotic Vegetation Management & Mangrove Trimming Clam Pass Park Completion Date: 8/1/2024 Project Budget: $95,000.00 Project Number of Days: 15 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 571 of 3707 36Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 FLORIDA GULF COAST UNIVERSITY (FGCU) 2014 - Present Criteria No. 4 - Experience and Capacity of the Firm Since 2014 Earth Tech Environmental LLC has been providing environmental services at FGCU. This project consists of performing semi-annually exotic/nuisance vegetation management, exotic vegetation mapping events, bush hog mowing for fuel reduction and mechanical vegetation removal for wildfire prevention & pedestrian safety within ±487 acres of upland and wetland preserve and natural areas. All FLEPPC category I & II exotic species in addition to selective nuisance species are targeted during each event. This is a reoccurring contract that Earth Tech Environmental LLC will be providing services through 2026. Project Relevancy • Preserve Maintenance • Fuel Reduction • Trail Maintenance Client Contact Info Vikki McConnell Grounds Supervisor Physical Plant Florida Gulf Coast University 10501 FGCU Boulevard South Fort Myers, FL 33965 Office: (239) 590-1314 Email: vmcconne@FGCU.com $106,875.00 2024 CONTRACT VALUE Page 572 of 3707 37Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Page 573 of 3707 38Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 BABCOCK RANCH COMMUNITY 2012 - Present ETE performed initial exotic removal, mechanical exotic vegetation control, supplemental mitigation planting, and quarterly exotic maintenance within ±6,155 Acres of up-land and wetland mitigation areas, and created wetlands within Babcock Ranch. All FLEPPC Category I and II exotic species in addition to selective nuisance species are tar-geted. Eradication methods consist of cutting and stump treatment of all woody exotic/nuisance species; foliar treatment of all saplings and/ or herbaceous exotic/nui-sance species; and hand pulling material. In addition, me-chanical methods were also implemented within monocul-tures of woody exotics. This contract extends through 2025. 485.81 Area J1165.65 A-11430.93 E-1301.55 H-1216.66 1A104.3 1A113.41 A-696.73 1A102.93 E-270.27 FFR69.56 WC-767.49 1A50.54 1A43.89 1A43.14 E-241.42 1A39.19 1A37.33 1A36.38 A-222.31 A-521.54 A-417.27 1A42.15 1A33.55 A-1028.52 1A22.38 WC-8A23.48 1A14.97 1A14.911A13.71 1A12.52 A-312.47 A-87.5 A-910.72 1A8.58 1A8.21 1A6.77 FFR5.92 1A5.85 1A4.86 1A4.55 1A4.31 1A4.18 1A4.18 A-74.03 A-13.39 1A2.5 1A2.69 E-22.17 1A1.01 E-20.57 E-20.23 SR 31N RIVER RDARCADIA RDSource: Esri, Maxar, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AeroGRID, IGN,and the GIS User Community Babcock Ranch Community Charlotte County, Florida 1 AS SHOWNN/A 2021 Treatment Areas 2,800 0 2,8001,400 Feet SHEET NO. DATE PROJECT NO. SCALE OEARTH T E C H E N V I R O N M E N T A L , L L CEARTH T E C H E N V I R O N M E N T A L , L L C 1 0 6 0 0 J O L E A A V E10600 J O L E A A V E B O N I T A S P R I N G S , F L O R I D A 3 4 1 3 5BONITA S P R I N G S , F L O R I D A 3 4 1 3 5 P H O N E (2 3 9 ) 3 0 4 -0 0 3 0 F A X (2 3 9 ) 3 2 4 -0 0 5 4PHONE (2 3 9 ) 3 0 4 -0 0 3 0 F A X (2 3 9 ) 3 2 4 -0 0 5 4 W W W .E T E F L O R I D A .C O MWWW.E T E F L O R I D A .C O M G:\ETEnv Documents\PROJECTS\BABCOCK RANCH\GIS\2021\2021 YTD Treated - Tracking Map.mxdOverall 2021 Treatment Areas (In View) Category 1. Area A-1 Category 1. Farmfield Restoration Area Category 1. Mitigation Area E-1 Category 2. Mitigation Area E-2 Category 2. Phase 1A Mitigation Areas Category 3. Mitigation Area A-2 Category 3. Mitigation Area A-3 Category 3. Mitigation Area A-4 Category 3. Mitigation Area A-5 Category 4. Mitigation Area A-10 Category 4. Mitigation Area A-11 Category 4. Mitigation Area A-6 Category 4. Mitigation Area A-7 Category 4. Mitigation Area A-8 Category 4. Mitigation Area A-9 Category 4. Mitigation Area H-1 Category 4. Wetland Creation Area WC-7 Category 4. Wetland Creation Area WC-8A Additional Task. Mitigation Area J Solar Field Mitigation Areas (485.81 Ac) 8/11/2021 H er c u l e s G ra d e • Preserve Maintenance • Supplemental Planting • Mechanical Exotic Removal Client Contact Info Christina Kontos Environmental Mitigation Manager Babcock Ranch Kitson & Partners 42850 Crescent Loop Babcock Ranch, FL 33982 Office: (941) 467-1491 Email: ckontos@kitsonpartners.com $1,700,000.00 2024 CONTRACT VALUE Criteria No. 4 - Experience and Capacity of the Firm Project Relevancy Page 574 of 3707 39Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8372 Preserve Area Maintenance Reference Questionnaire for: Earth Tech Environmental LLC (Name of Company Requesting Reference Information) Donn Brown (Name of Individuals Requesting Reference Information) Name: Christina Kontos (Evaluator completing reference questionnaire) Company: Kitson & Partners (Evaluator’s Company completing reference) Email: ckontos@kitsonpartners.com FAX: N/A Telephone: (941) 467-1491 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: 2024-2025 Babcock Ranch Mitiagtion Area Maintenance & Ecosystem Restoration Completion Date: 3/31/2025 Project Budget: $1,700,000.00 Project Number of Days: 365 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 575 of 3707 40Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 MARCO ISLAND EXECUTIVE AIRPORT 2019 - Present ETE provided a multitude of services along the runway perimeter of the Marco Island Executive Airport. These tasks consisted of mechanical and hand removal of all listed exotic species, in addition to mangrove trimming and thinning along the runway easement. Earth Tech En- vironmental has been providing these services since 2019 to ensure the safe flight path of arriving and departing air- craft. All work was supervised by a Professional Mangrove Trimmer (PMT) and a FDACS Licensed Herbicide Applicator. Criteria No. 4 - Experience and Capacity of the Firm • Mechanical Vegetation Removal • Mangrove Trimming Client Contact Info Nick Rossdale Manager - Airport Operations Operations & Performance Management 2005 Mainsail Dr., Naples, FL 34112 Office: (239) 252-6297 Email: Nick.Rossdale@colliercountyfl.gov $84,500.00 2024 CONTRACT VALUE Project Relevancy Page 576 of 3707 41Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8372 Preserve Area Maintenance Reference Questionnaire for: Earth Tech Environmental LLC (Name of Company Requesting Reference Information) Donn Brown (Name of Individuals Requesting Reference Information) Name: Nick Rossdale (Evaluator completing reference questionnaire) Company: Collier County Port Authority – Airport Operations (Evaluator’s Company completing reference) Email: nick.rossdale@colliercountyfl.gov FAX: N/A Telephone: (239) 252-6297 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: 23-035 Annual Exotic Maintenance Completion Date: 10/10/2024 Project Budget: $84,500.00 Project Number of Days: 15 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 577 of 3707 42Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 LCPA RSW ONSITE PRESERVE AND MITIGATION PARK 2010 - Present Since 2010 Earth Tech Environmental LLC has provided environmental services for the offsite mitigation area and the onsite preserve areas for Lee County Port Authority (LCPA). This project consisted of performing exotic/nui-sance vegetation management, mechanical vegetation re-moval, fence repair and trail maintenance within desig-nated areas of ±7,000 acres of LCPA Regional Southwest (RSW) Mitigation Park and ±450 acres of onsite preserves. Such tasks consisted of 180,000LF of manual and mechani-cal trail and fire break maintenance. In addition to treating all FLEPPC category I & II exotic species. This is a reoccur-ring contract that Earth Tech Environmental LLC has been awarded since 2010. Criteria No. 4 - Experience and Capacity of the Firm Project Relevancy • Mitigation Area Preserve Maintenance • Trail Maintenance • Mechanical Exotic Removal Client Contact Info Alicia Dixon Director Lee County Port Authority 11000 Terminal Access Road, Suite 8671 Fort Myers, Florida 33913-8213 Direct: (239) 590-4618 Cell: (239) 839-0648 Email: addixon@flylcpa.com $350,000.00 2024 CONTRACT VALUE Page 578 of 3707 43Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8372 Preserve Area Maintenance Reference Questionnaire for: Earth Tech Environmental LLC (Name of Company Requesting Reference Information) Donn Brown (Name of Individuals Requesting Reference Information) Name: Alicia Dixon (Evaluator completing reference questionnaire) Company: LCPA - Planning and Environmental Compliance (Evaluator’s Company completing reference) Email: addixon@flylcpa.com FAX: N/A Telephone: (239) 590-4618 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: 2024 LCPA Onsite Preserve, Onsite Mowing & RSW Mitigation Park Ecosystem Restoration Completion Date: 10/10/2024 Project Budget: $350,000.00 Project Number of Days: 15 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 579 of 3707 44Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 PELICAN BAY SERVICES DIVISION 2012 - Present ETE conducted Initial exotic removal, quarterly exotic maintenance, and bi-annual exotic maintenance within ±86.34 AC of designated preserve areas. All FLEPPC Cate-gory I and II exotic species in addition to selective nuisance species were targeted. Eradication methods consisted of cutting and stump treatment of all woody exotic/nuisance species; foliar treatment of all saplings and/ or herbaceous exotic/nuisance species; and hand pulling material. In addi-tion, ETE maintained 36,000 LF of flushing channels within sensitive mangrove habitat. ETE also performed critical de-bris and fill removal as a result of Hurricanes Helene and Milton within the 560 AC footprint of Clam Bay. Criteria No. 4 - Experience and Capacity of the Firm • Exotic/ nuisance vegetation management • Mechanical vegetation removal • Native vegetation plantings Client Contact Info Chad Coleman Deputy Director Collier County Pelican Bay Services Division 801 Laurel Oak Dr., Suite 102 Naples, FL 34108 Office: (239) 238-6592 Email: chad.coleman@colliercounty.gov $1,220,000.00 2024 CONTRACT VALUE Project Relevancy Page 580 of 3707 45Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8372 Preserve Area Maintenance Reference Questionnaire for: Earth Tech Environmental LLC (Name of Company Requesting Reference Information) Donn Brown Company: Pelican Bay Services (Evaluator’s Company completing reference) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Email: Chad.Coleman@colliercountyfl.gov FAX: N/A Telephone: (239) 252-1355 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: 2024 Dune Swale Maintenance, Hand Dug Channel Maintenance, Preserve Area Maintenance & Ecosystem Restoration Completion Date: 12/31/2024 Project Budget: $1,220,000.00 Project Number of Days: 365 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 10 10 10 10 10 10 10 10 10 10 100 ColemanChad Digitally signed by ColemanChad Date: 2025.05.22 09:38:06 -04'00' Page 581 of 3707 46Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 THE COLONY AT PELICAN LANDING 2012 - Present ETE conducted Initial exotic removal, quarterly exotic maintenance, and bi-annual exotic maintenance within ±175 AC of sensitive mangrove preserve habitat. All FLEPPC Category I and II exotic species in addition to selective nui- sance species were targeted. Eradication methods con- sisted of cutting and stump treatment of all woody ex- otic/nuisance species; foliar treatment of all saplings and/ or herbaceous exotic/nuisance species; and hand pulling material. In addition, ETE also performed annual trimming within approximately 2 AC of mangrove buffers. Criteria No. 4 - Experience and Capacity of the Firm • Preserve Maintenance • Mechanical Exotic Removal • Mangrove Trimming Client Contact Info Ellen Perkins General Manager The Colony at Pelican Landing 5200 Pelican Colony Boulevard Bonita Springs, FL 34134 Office: (239) 992-2100 ext. 6 Email: eperkins@theiconteam.com $81,000.00 2024 CONTRACT VALUE Project Relevancy Page 582 of 3707 47Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8372 Preserve Area Maintenance Reference Questionnaire for: Earth Tech Environmental LLC (Name of Company Requesting Reference Information) Donn Brown (Name of Individuals Requesting Reference Information) Name: Ellen Perkins (Evaluator completing reference questionnaire) Company: The Colony at Pelican Landing Foundation & Bay Club (Evaluator’s Company completing reference) Email: eperkins@theiconteam.com FAX: N/A Telephone: (239) 992-2100 ext. 6 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: 2024 Annual Preserve Maintenance & Mangrove Trimming Completion Date: 12/31/2024 Project Budget: $81,000.00 Project Number of Days: 365 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 583 of 3707 48Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Evaluation Criteria No. 5 SPECIALIZED EXPERTISE OF TEAM MEMBERS Page 584 of 3707 49Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 ORGANIZATIONAL CHART Criteria No. 3 - Specialized Expertise of Team FIELD TECHNICIAN LEADERS FIELD TECHNICIANS JEREMY STERK PARTNER / PRINCIPAL ENV. CONSULTANT JIM BLALOCK SENIOR PROJECT FOREMAN DONN BROWN FOUNDER / SENIOR PROJECT MANAGER JENNIFER BOBKA- SENIOR ENV. CONSULTANT LEAH REIDENBACH - ENV. CONSULTANT II JESSICA MILLER - ENV. CONSULTANT II CHRIS ROMANCHAK - ENV. CONSULTANT I RACHEL TABLADA - ENV. CONSULTANT I SEAN GRAY - ENV. CONSULTANT I MATTHEW McGEE NURSERY OPERATIONS MGR. SUBCONTRACTORS MONICA McGUINNESS ADMINISTRATION DEAN FELLA PROJECT MANAGER SPENCER BLALOCK - FIELD SUPERVISOR PAYTON BLALOCK - FIELD SUPERVISOR JASON MILLER - FIELD SUPERVISOR GAYK MEKENYAN - FIELD SUPERVISOR JAUN GARIBAY - FIELD SUPERVISOR MAX MARD- FIELD SUPERVISOR HUNTER BAKER- FIELD TECHNICIAN LEADER JEANETTE BROWN CLERICAL ANDREW McAULEY- FWC GOPHER TORTOISE AGENT CONOR GOULDING - FWC GOPHER TORTOISE AGENT Page 585 of 3707 50Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 DONN BROWN Founder/Project Manager e: donnb@eteflorida.com t: 239.304.0030 m: 239.438.1389 Years' Experience 25 years Education/Training B.A. Environmental Studies & Environmental History Florida Gulf Coast University (2001) Mr. Brown founded Earth Tech Environmental LLC in 2006 as President and Project Manager with more than 20 years of private and public sector experience in the environmental field. Relevant Experience Mr. Brown has been an acting partner of Earth Tech Environmental LLC since 2006. He currently holds the position of Project Manager and President of Earth Tech Environmental LLC. He has been in the ecosystem restoration industry for more than 18 years, and has been involved in ecosystem restoration projects throughout Florida and the U.S. Virgin Islands. Mr. Brown specializes in project management processes with any ecosystem restoration project life cycle. He has successfully managed both small and large-scale restoration, mitigation, and land development projects with responsibilities in project planning, coordination, cost estimates, allocation of resources and materials, scheduling, procurement, QA/QC, and contractor/vendor relationships. He is commercially licensed in Collier County as a Landscaping Restricted Contractor, and in Florida as a FDACS-licensed Herbicide Applicator. In addition, Mr. Brown has been certified as a Project Management Professional and Stormwater Inspector through Florida Department of Environmental Protection. Donn's work experience includes: Professional Affiliations Florida Association of Environmental Professionals (FAEP) Friends of Fakahatchee Strand Preserve State Park Relevant Certifications/Credentials Florida Department of Agriculture & Consumer Services licensed applicator for ROW, Forested Areas, Aquatic Areas and Natural Areas (CM #15838) Florida Department of Agriculture & Consumer Services Certificate of Stock Dealer Registration (Reg. #47237324) Florida Department of Environmental Protection Best Management Practices certification (GV7697) Florida Department of Environmental Protection Qualified Stormwater Management Inspector (19985) Certified through Project Management Institute in 2004 as a Professional Project Manager (PMP #199828) Collier County Certificate of Competency as a Landscaping Restricted Contractor (C33235) 239.304.0030 | www.eteflorida.com Ecosystem Restoration Management Planning Exotic/Nuisance Species Eradication Mangrove Habitat Restoration Estuarine Habitat Restoration Mitigation Management Planning Wetland Habitat Restoration Upland Habitat Restoration Water Quality Sampling Wetland & Upland Preserve Area Creation Littoral Zone Creation Preserve Management & Maintenance Native Plant Installation Seagrass Surveys Ecological Assessments Criteria No. 3 - Specialized Expertise of Team Page 586 of 3707 51Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 239.304.0030 | www.eteflorida.com Mr. Sterk has been an environmental consultant in Southwest Florida since 1994 and has worked on projects throughout the State of Florida. His varied experience spans marine, upland, and estuarine habitats and includes extensive work with a wide variety of listed species. Relevant Experience In addition to authoring dozens of habitat and species management plans, in 2007, Jeremy co-authored the first habitat conservation plan (HCP) in the nation to address incidental take issues for both red cockaded woodpeckers (RCW) and Florida panther on the same property. In 1998, he wrote an ecological assessment computer model for the South Florida Water Management District as part of the South Lee County Watershed Study. Early in his career, Jeremy was the principal investigator of a field research project in the Bahamas that utilized telemetry tracking to study the swimming speed of sub-adult lemon sharks. Jeremy’s work experience includes: FWC Approved Shorebird Monitor Environmental Resource Permitting (ERP) USFWS Bald Eagle Monitor Turbidity Monitoring Vegetation & Habitat Mapping Wetland & Water Level Monitoring USFWS Section 7 & Section 10 Permitting Environmental Impact Statements (EIS) Water Use Monitoring & Compliance Project Management Preserve Management Plans GIS / GPS Mapping & Exhibits RCW Surveys & Habitat Evaluations Phase 1 Environmental Site Assessments Environmental Land Use Planning Phase II Environmental Site Assessments Mangrove Trimming Lake Management Plans Site and Aerial Photography Due Diligence Reports Scrub Jay Surveys Wetland Jurisdictional Determinations Mangrove Assessments & Restorations Bonneted Bat Surveys Hard Bottom & Soft Bottom Benthic Surveys Seagrass Surveys Artificial Reef Deployments Manatee Observer Certifications/Credentials  Certified Environmental Professional #1692037, Academy of Board-Certified Environmental Professionals  Florida Fish and Wildlife Conservation Commission Authorized Gopher Tortoise Agent (Permit No. GTA-09-00192)  Florida Fish and Wildlife Conservation Commission Burrowing Owl Registered Agent (No. RAG-18-00080)  FDEP Approved Professional Mangrove Trimmer (PMT)  PADI Research Diver Certified  SSI Nitrox Diver Certified  Florida Association of Environmental Professionals – member since January 1995; served on the Board of Directors for the Southwest Florida Chapter from (2008 – 2012). Past Secretary, Vice President, & President.  State of Florida Real Estate License (2003 to Present) Appointed by the Collier County Board of County Commissioners to: • Conservation Collier Land Acquisition Advisory Committee, Chairman of the Lands Evaluation and Management Subcommittee. (2009 to 2014). • Collier County Development Services Advisory Committee (DSAC) (2015 to Present). • FWC Local Rule Review Committee (Manatee Protection Speed Zones) (2016). Publications Sundström, L.F., J. Sterk, & S.H. Gruber. 1998. Effects of a speed-sensing transmitter on the swimming speed of lemon sharks. Bahamas J. Sci. 6 (1): 12-22. JEREMY STERK, CEP Partner \ Principal Environmental Consultant e: jeremys@eteflorida.com t: 239.304.0030 m: 239.595.4929 Years’ Experience 30 years Education/Training B.S. Aquatic Biology St. Cloud State University (1994) Professional Affiliations Academy of Board-Certified Environmental Professionals #16992037 Florida Association of Environmental Professionals (FAEP) Criteria No. 3 - Specialized Expertise of Team Page 587 of 3707 52Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Mr. Jim Blalock has served with Earth Tech Environmental, LLC since 2011 and currently holds the position of Senior Project Foreman. With over three decades of field experience in vegetation management across the state of Florida, Mr. Blalock plays a pivotal role in overseeing complex environmental projects and ensuring operational excellence on-site. In his current role, Mr. Blalock is responsible for comprehensive project management, including day-to-day site coordination, crew leadership, and the execution of environmentally sensitive operations. He supervises large teams of field technicians, directs subcontractor activities, and manages the deployment and operation of heavy equipment for mechanical and bush hog mowing tasks. His work includes leading gopher tortoise excavation projects in accordance with state and federal guidelines, as well as managing all aspects of fence installation and repair across various project sites. Mr. Blalock’s expertise extends to project estimating and logistical planning, ensuring that each project is executed efficiently, within scope, and with a strong emphasis on environmental compliance and safety. His prior role as Project Manager with Forestry Resources Vegetation Management further honed his skills in overseeing large-scale mechanical and manual vegetation removal operations. A dedicated professional since 1994, Mr. Blalock is both OSHA-certified and Maintenance of Traffic (MOT) qualified, underscoring his commitment to workplace safety and regulatory adherence. His leadership and deep industry knowledge make him an integral asset to Earth Tech Environmental’s project delivery team. Jim Blalock Senior Project Foreman Criteria No. 3 - Specialized Expertise of Team Mr. Fella has been with Earth Tech Environmental, LLC since 2011 and holds the position of Project Manager. As a Project Manager, he specializes in a wide variety of disciplines, including project management, estimating, field staff oversight, exotic species removal, supplemental plantings, vegetation monitoring, and preserve maintenance. At Earth Tech Environmental Mr. Fella has gained experience in managing large crews of up to 10-30 members, trained dozens of field technicians to work effectively and efficiently and furthering their knowledge of invasive and exotic species and the best treatment methods for them, and years of experience in brush mowing and fence installation and repairs. Dean also has experience working with advanced GIS systems, where he creates day-to-day tracking exhibits and project related exhibits. FDACS License Number – CM22736 Dean Fella Project Manager Mrs. McGuinness has a broad range of experience across the landscape industry. Over the past 13 years, she has held key roles with several local companies in Southwest Florida, specializing in management, operations, human resources, and customer service. At Earth Tech Environmental, LLC, she plays an integral role in supporting the company’s internal operations across multiple departments. Her responsibilities include staff coordination, project oversight, and financial management. She is actively involved in the day- to-day functions of the Human Resources and Accounting departments, as well as office administration. In addition, she collaborates closely with all departments to streamline internal workflows and promote cross-functional efficiency. Her background in organizational operations and employee management has proven essential in maintaining structure and consistency across Earth Tech Environmental’s administrative processes, supporting the company’s growth and long-term stability. Monica McGuinness Operations Manager Page 588 of 3707 53Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Mr. Blalock has been a valued member of Earth Tech Environmental, LLC since 2011, serving as a Project Foreman. In this leadership role, he brings over a decade of hands-on experience in environmental field operations, with expertise in the operation and oversight of heavy machinery. Mr. Blalock’s responsibilities encompass a wide range of technical and managerial duties, including the skilled use of brush mowers and other mechanized equipment such as skid steers, mini excavators, front end loaders, and more for large- scale vegetation management, exotic and invasive species removal, and site restoration. He has extensive experience in the installation and repair of fencing infrastructure, frequently coordinating the deployment of machinery to optimize productivity and safety in the field. In addition to his equipment-focused capabilities, has successfully trained dozens of field technicians in both the practical and ecological aspects of preserve maintenance, plant identification, and best management practices for invasive species control. His leadership ensures that field operations are conducted with efficiency, precision, and environmental compliance. FDACS License Number – CM25056 Payton Blalock Field Supervisor Mr. Blalock has been a valued member of Earth Tech Environmental, LLC since 2011 and currently serves as a Project Foreman. In this role, he brings extensive expertise across a broad range of environmental services, including exotic species removal, supplemental plantings, vegetation monitoring, and preserve maintenance. He has successfully led and managed field crews ranging from 10 to 40 personnel, ensuring project efficiency and high standards of execution. Mr. Blalock has also played a key role in training dozens of field technicians, equipping them with the knowledge and skills necessary to identify invasive and exotic plant species and apply the most effective treatment methods. His background includes years of hands-on experience in brush mowing, as well as fence installation and repair, further demonstrating his versatility and leadership in the field. FDACS License Number – CM22652 Spencer Blalock Field Supervisor Criteria No. 3 - Specialized Expertise of Team Mr. Jason Miller joined Earth Tech Environmental, LLC in early 2014 and currently serves as a Project Foreman. In this role, he is responsible for the supervision and execution of large-scale ecological restoration projects, with a particular focus on coordinating and managing sizable field crews to ensure project goals are met efficiently and in compliance with environmental regulations. Since joining Earth Tech Environmental, Mr. Miller has developed extensive hands-on experience across a wide range of ecological restoration and consulting services. His expertise includes exotic species removal, littoral shelf and native vegetation restoration planting, vegetation and habitat mapping, protected species and wildlife surveys, vegetation monitoring, and the installation and maintenance of monitoring wells. He also plays a key role in conducting water quality monitoring events. Mr. Miller’s ability to oversee and direct large teams of field technicians has been instrumental in the successful completion of numerous high-impact projects throughout Florida. He ensures that all team members are properly trained, safety protocols are Jason Miller Field Supervisor Page 589 of 3707 54Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Mr. Gayk Mekenyan joined Earth Tech Environmental, LLC in early 2014 and currently serves as a Project Foreman. He specializes in overseeing some of the company’s most complex ecosystem restoration initiatives, with expertise in species surveys, exotic vegetation removal, supplemental plantings, vegetation monitoring, and long-term preserve maintenance. Over the years, Mr. Mekenyan has broadened his technical skill set to include advanced Trimble GPS operation, turbidity monitoring, gopher tortoise relocation in compliance with regulatory standards, mangrove trimming, and effective field crew leadership. His diverse experience and commitment to environmental stewardship make him an essential contributor to the success of Earth Tech’s restoration projects. FDACS Commercial Applicator #CM25154 / FWC Gopher Tortoise Agent 19-00099 Gayk Mekenyan Field Supervisor Mr. Baker recently joined Earth Tech Environmental, LLC as a Field Technician Leader, bringing strong skills in operating heavy equipment for a variety of environmental restoration projects. In this role, he supports field operations by running machinery such as skid steers, mini excavators, and brush mowers to perform tasks including exotic species removal, vegetation management, and site maintenance. His hands-on expertise and leadership in the field contribute to the safe, efficient execution of project goals while upholding environmental best practices. Hunter Baker Field Technician Leader Criteria No. 3 - Specialized Expertise of Team Mr. Mard joined Earth Tech Environmental, LLC in 2024 and serves as a Project Foreman. He brings extensive experience in environmental services, including exotic species removal, vegetation monitoring, supplemental plantings, and preserve maintenance. Over the past year, he has led field crews, ensuring efficient and high-quality project execution. He has also contributed to training field technicians in plant identification and treatment methods. His background includes hands-on expertise in landscaping and nursery operations, as well as, heavy equipment operating, underscoring his versatility in the field. FDACS Commercial Applicator #CM28758 Max Mard Field Supervisor followed, and work is performed to the highest ecological and operational standards. With over 20 years of combined public and private sector experience, Mr. Miller brings a deep understanding of Florida’s native and exotic wildlife and vegetation, enhancing his ability to lead teams in sensitive and complex environmental fieldwork. FDACS Commercial Applicator #CM23692 / FWC Gopher Tortoise Agent 19-00100 Page 590 of 3707 55Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 As Earth Tech Environmental, LLC’s on-site mechanic, Mr. Dykstra plays a critical role in ensuring the reliability and performance of the company’s fleet of vehicles and heavy equipment used in environmental field operations. After spending many years running a Kubota dealership, Mr. Dykstra comes with expert knowledge in the maintenance, repair, and troubleshooting of machinery such as skid steers, brush mowers, mini excavators, and trucks, he helps keep projects running safely and efficiently. Mr. Dykstra also supports field teams by coordinating preventive maintenance schedules, minimizing downtime, and providing on-site mechanical support during active job operations. His attention to detail and technical skill are vital to sustaining high-performance equipment across diverse and challenging field conditions. Mr. Dykstra is certified in servicing and maintaining industry-leading equipment brands, including Toro and Kubota ensuring expert-level proficiency and reliability in every aspect of equipment care and repair. Dan Dykstra Lead Mechanic Criteria No. 3 - Specialized Expertise of Team Mr. Goulding joined Earth Tech Environmental LLC in 2019 and holds the position of Senior Environmental Consultant. His duties and responsibilities include GIS mapping, FLUCCS mapping, wetland determinations / delineations, protected species surveys, gopher tortoise surveys and permitting, native tree surveys, vegetation monitoring, benthic surveys, and pre-clearing surveys. Mr. Goulding is a FAA-Certified drone pilot, an FWC approved gopher tortoise agent (GTA 22-00058), and is SDI Rescue diver certified. UAS Remote Pilot Certificate Number 4386571 / FWC Gopher Tortoise Agent 22-00058 Conor Goulding Senior Environmental Consultant - 6 years experience Mr. Andrew McAuley joined Earth Tech Environmental LLC (ETE) in 2016 after working 11 years in New York doing Environmental Sampling and Remediation on contaminated sites. Currently, Mr. McAuley holds the position of Senior Environmental Consultant and Consulting Manager at ETE. His duties beyond managing ETEs consulting team consists of Phase I Environmental Site Assessments (ESAs), Limited Site Soil Assessments (LSSAs), Protected Species Surveys (PSSs), FLUCCS Mapping for Jurisdictional Determinations, Environmental Resource Permitting (FDEP and SFWMD), Federal Permitting (ACOE and USFWS), gopher tortoise surveying/permitting/relocations, benthic surveying (seagrass, oyster beds, etc.), and GIS mapping. Mr. McAuley is an FWC approved gopher tortoise agent (GTA 19-00093) and a SDI Open Water certified SCUBA diver. FWC Gopher Tortoise Agent 19-00093 Andrew McAuley Senior Environmental Consultant/ Consulting Manager - 17 years experience Page 591 of 3707 56Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 10600 Jolea Avenue June 18, 2025 Bonita Springs, FL 34135 Phone: (239) 304-0030 www.eteflorida.com CC License # 33235 FDACS License # CM15838 FDACS COMMERCIAL APPLICATOR LICENSES PRINCIPLE PROJECT MANAGER Applicator's Name City, State BROWN, DONN JOSEPH NAPLES,FL License No. License Status License Type: CM15838 Normal Commercial RUP Applicator License License Categories Right-Of-Way Pest Control, Aquatic Pest Control, Forest Pest Control, Natural Areas Weed Management Original Issue Date Last Issue Date Expiration Date 2/25/2003 1/26/2015 2/28/2027 PROJECT MANAGER Applicator's Name City, State FELLA, DEAN TIMOTHY PUNTA GORDA,FL License No. License Status License Type: CM22736 Normal Commercial RUP Applicator License License Categories Aquatic Pest Control, Right-Of-Way Pest Control, Forest Pest Control, Natural Areas Weed Management Original Issue Date Last Issue Date Expiration Date 2/10/2014 6/29/2018 2/28/2026 PROJECT FOREMAN Applicator's Name City, State MEKENYAN, GAYK FORT MYERS,FL License No. License Status License Type: CM25154 Normal Commercial RUP Applicator License License Categories Aquatic Pest Control, Natural Areas Weed Management Original Issue Date Last Issue Date Expiration Date 10/26/2017 10/26/2017 10/31/2025 ** information provided by https://aessearch.fdacs.gov/PersonSearch.asp Criteria No. 3 - Specialized Expertise of Team Page 592 of 3707 57Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Earth Tech Environmental, LLC 10600 Jolea Avenue Phone: (239) 304-0030 Bonita Springs, FL 34135 www.eteflorida.com PROJECT FOREMAN Applicator's Name City, State MILLER, JASON ERIC BONITA SPRINGS,FL License No. License Status License Type: CM23692 Normal Commercial RUP Applicator License License Categories Aquatic Pest Control, Natural Areas Weed Management Original Issue Date Last Issue Date Expiration Date 6/29/2015 6/29/2015 1/31/2029 PROJECT FOREMAN Applicator's Name City, State BLALOCK, SPENCER JAMES FORT MYERS,FL License No. License Status License Type: CM22652 Normal Commercial RUP Applicator License License Categories Aquatic Pest Control, Natural Areas Weed Management Original Issue Date Last Issue Date Expiration Date 12/6/2013 6/29/2018 12/31/2025 PROJECT FOREMAN Applicator's Name City, State BLALOCK, PAYTON JEROME PUNTA GORDA,FL License No. License Status License Type: CM25056/PB13294 Normal Commercial RUP Applicator License License Categories Aquatic Pest Control, Natural Areas Weed Management Original Issue Date Last Issue Date Expiration Date 8/11/2017 8/11/2017 1/31/2026 PROJECT FOREMAN Applicator's Name City, State A MARD, MAXWELL ALEXANDER NAPLES,FL License No. License Status License Type: CM28758 Normal Commercial RUP Applicator License License Categories Aquatic Pest Control, Natural Areas Weed Management Original Issue Date Last Issue Date Expiration Date 11/14/2024 11/14/2024 11/20/2028 Criteria No. 3 - Specialized Expertise of Team Page 593 of 3707 58Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 REQUIRED FORM SUBMITTALS Page 594 of 3707 59Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Required Form Submittals Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Affidavit Form 3: Immigration Affidavit Certification Sunbiz E-Verify FEMA Public Assistance Vendor W-9 Form Insurance Requirements Local Buisness Tax Receipts Requested Licenses and Certifications Required Form Submittals Page 595 of 3707 60Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Required Form Submittals Page 596 of 3707 61Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Required Form Submittals Page 597 of 3707 62Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Required Form Submittals Page 598 of 3707 63Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Required Form Submittals Page 599 of 3707 64Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Required Form Submittals Page 600 of 3707 65Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 State of Florida Department of State I certify from the records of this office that EARTH TECH ENVIRONMENTAL LLC.is a limited liability company organized under the laws of the State of Florida,filed on May 11,2006. The document number of this limited liability company is L06000048927. I further certify that said limited liability company has paid all fees due this office through December 31,2025,that its most recent annual report was filed on February 5,2025,and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Fifth day of February,2025 Tracking Number:9079636970CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Required Form Submittals Page 601 of 3707 66Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Required Form Submittals Page 602 of 3707 67Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Required Form Submittals Page 603 of 3707 68Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS AA RR TT II CC LL EE II PPUURRPPOO SS EE AANNDD AA UU TT HH OO RRII TT YY The parties to this agreement are the Department of Homeland Security (DHS) and (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. AARR TTII CCLLEE IIII RR EESS PP OO NN SS II BBII LL II TT II EE SS AA .. RR EE SS PP OO NN SS II BB II LL II TT II EE SS OO FF TT HH EE EE MM PP LLOOYY EE RR 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. P age 1 of 1 7 E -Verify MOU for Employers | Revision Date 06/01/13 Earth Tech Environmental LLC 492802 Required Form Submittals Page 604 of 3707 69Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Company ID Number: Approved by: EEmmppllooyyeerr Name (Please Type or Print) Title Signature Date DDeeppaarrttmmeenntt ooff HHoommeellaanndd SSeeccuurriittyy –– VVeerriiffiiccaattiioonn DDiivviissiioonn Name (Please Type or Print) Title Signature Date P a ge 13 o f 17 E-Ve r i fy MOU for Employers | Revision Date 06/01/13 USCIS Verification Division 01/20/2012 Donn J Brown Electronically Signed Earth Tech Environmental LLC 01/20/2012 Electronically Signed 492802 PRESIDENT Required Form Submittals Page 605 of 3707 70Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Earth Tech Environmental LLC LEE 541 20 to 99 492802 10600 Jolea Avenue Bonita Springs, FL 34135 204894676 1 site(s) Required Form Submittals Page 606 of 3707 71Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 1 5/25 FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. Pursuant uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a Contract / Purchase Order. Compliance with Federal Law, Regulations and Executive Orders: The Sub-Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally-Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the County harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. o 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards o 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide Required Form Submittals Page 607 of 3707 72Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 2 5/25 Access to Records: 1) The contractor agrees to provide the County, the Florida Department of Emergency Management, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative’s access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives’ access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with section 1225 of the Disaster Recovery Act of 2018, the County and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. Buy Clean: The County encourages the use of environmentally friendly construction practices in the performance of this Agreement. In particular, the County encourages that the performance of this agreement includes considering the use of low-carbon materials which have substantially lower levels of embodied greenhouse-gas emissions associated with all relevant stages of production, use, and disposal, as compared to estimated industry averages of similar materials or products as demonstrated by their environmental product declaration. Changes: To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract change, modification, amendment, addendum, change order, or constructive change must be necessary, allowable, allocable, within the scope of the grant or cooperative agreement, reasonable for the scope of work, and otherwise allowable. DHS Seal, Logo, and Flags: The County must obtain written permission from Department of Homeland Security prior to using the DHS seals, logos, crests, or reproductions of flags, or likenesses of DHS agency officials. This includes use of DHS component (e.g., FEMA, CISA, etc.) seals, logos, crests, or reproductions of flags, or likenesses of component officials. The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. Domestic Preference for Procurements: The Contractor should, to the greatest extent practicable and consistent with law, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products. For purposes of this section: ‘‘Produced in the United States’’ means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Build America, Buy America Act (BABAA): FEMA Public Assistance Funding is not subject to Buy America preference pursuant the following guidance: Programs and Definitions: Build America, Buy America Act | FEMA.gov License and Delivery of Works Subject to Copyright and Data Rights: The Contractor grants to the County, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the County or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the County data first produced in the performance of this contract and data Required Form Submittals Page 608 of 3707 73Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 3 5/25 required by the contract but not first produced in the performance of this contract in formats acceptable by the County. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s actions pertaining to this contract. Prohibition on Covered Telecommunications Equipment or Services: (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy, #405-143-1 Prohibitions on Expending FEMA Award Funds forcovered Telecommunications Equipment or Services As used in this clause – (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1) This clause does not prohibit contractors from providing — (i). A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii). Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: (i). Covered telecommunications equipment or services that: a. Are not used as a substantial or essential component of any system; and b. Are not used as critical technology of any system. (ii). Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (3) Reporting requirement. Required Form Submittals Page 609 of 3707 74Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 4 5/25 (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph(e), in all subcontracts and other contractual instruments. Providing Good, Safe Job to Workers: Pursuant to FEMA Information Bulletin No. 520, the contractor will comply with all applicable federal labor and employment laws. To maximize cost efficiency and quality of work, the contractor commits to strong labor standards and protections for the project workforce by creating an effective plan for ensuring high-quality jobs and complying with federal labor and employment laws. The contractor acknowledges applicable minimum wage, overtime, prevailing wage, and health and safety requirements, and will incorporate Good Jobs Principles wherever appropriate and to the greatest extent practicable. Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Socioeconomic Contracting: The Contractor is encouraged to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure small businesses, minority businesses, women’s business enterprises, veteran owned businesses, and labor surplus area firms are considered when possible. Such consideration means: (1) These business types are included on solicitation lists; (2) These business types are solicited whenever they are deemed eligible as potential sources; (3) Dividing procurement transactions into separate procurements to permit maximum participation by these business types; (4) Establishing delivery schedules (for example, the percentage of an order to be delivered by a given date of each month) that encourage participation by these business types; (5) Utilizing organizations such as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring a contractor under a Federal award to apply this section to subcontracts. Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract Required Form Submittals Page 610 of 3707 75Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 5 5/25 that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contractors must sign and submit a debarment certification to the County with each bid or offer. See Certifications and Assurances and the end of this document. Procurement of Recovered Materials (§200.323) (Over $10,000): In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired — a) Competitively within a timeframe providing for compliance with the contract performance schedule; b) Meeting contract performance requirements; or c) At a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines webpage: Comprehensive Procurement Guideline (CPG) Program | US EPA. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. The Contactor should, to the greatest extent practicable and consistent with the law, purchase, acquire, or use products and services that can be reused, refurbished, or recycled; contain recycled content, are biobased, or are energy and water efficient; and are sustainable. Termination for Cause and Convenience (over $10,000): See Standard Purchase Order and/or Contract Terms and Conditions Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of more than $100,000 shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the County who in turn will forward the certification(s) to the federal agency. Contractors must sign and submit a lobbying certification to the County with each bid or offer exceeding $100,000. See Certifications and Assurances and the end of this document. Contract Work Hours and Safety Standards Act (CWHSSA) (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the Required Form Submittals Page 611 of 3707 76Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 6 5/25 District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchpersons and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $32 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1). (3) Withholding for unpaid wages and liquidated damages— (i) Withholding Process. The County may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this paragraph (b) on this contract, any other federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. (ii) (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph (a)(2)(i) or (b)(3)(i) of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D) A contractor's assignee(s); (E) A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901-3907. (4) Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in paragraphs (b)(1) through (5) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (5). In the event of any violations of these clauses, the prime contractor, and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. (5) Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: Required Form Submittals Page 612 of 3707 77Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 7 5/25 (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; (ii) Filing any complaint, initiating, or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CWHSSA or this part.” Further Compliance with the Contract Work Hours and Safety Standards Act. (1) The contractor or subcontractor must maintain regular payrolls and other basic records during the course of the work and must preserve them for a period of three years after all the work on the prime contract is completed for all laborers and mechanics, including guards and watchpersons, working on the contract. Such records must contain the name; last known address, telephone number, and email address; and social security number of each such worker; each worker’s correct classification(s) of work performed; hourly rates of wages paid; daily and weekly number of hours actually worked; deductions made; and actual wages paid. (2) Records to be maintained under this provision must be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview workers during working hours on the job.” Clean Air Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Administrative, Contractual, or Legal Remedies (over $250,000): Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. Required Form Submittals Page 613 of 3707 78Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 8 5/25 Construction Activities This provision is applicable to all federally assisted construction contracts, as that term is defined at 41 C.F.R. § 60-1.3. To the extent this Agreement meets this definition, Contractor agrees as follows: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: 1) Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee’s essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor’s legal duty to furnish information. 4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers’ representatives of the Contractor’s commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5) The Contractor will comply with the rules, regulations, and relevant orders of the Secretary of Labor. 6) The Contractor will furnish all information and reports required by rules, regulations, and orders of the Secretary of Labor, and will permit access to its books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7) In the event of the Contractor’s noncompliance with the nondiscrimination clauses this Agreement or with any of the said rules, regulations, or orders, this Agreement may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with authorized procedures, and such other sanctions may be imposed and remedies invoked as by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The Contractor will include the above applicable provisions in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect Required Form Submittals Page 614 of 3707 79Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 9 5/25 to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 9) The County further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the City is a state or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. 10) The County agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency’s primary responsibility for securing compliance. 11) The County further agrees that it will refrain from entering into any contract or contract modification with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to any applicable Executive Order and will carry out such sanctions and penalties for violation of any applicable clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor. In addition, the County agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. Subcontracting Contractor acknowledges that if Contractor intends to enter into subcontracts for any portion of the work under this Agreement, Contractor may take the affirmative steps described in 2 C.F.R. § 200.321 to ensure that small business firms, minority business firms, women’s business enterprises, and labor surplus area firms are solicited when possible, to the extent doing so is consistent with applicable local, State, and Federal law. Implementing the above provisions for new contracts should at least demonstrate that the County is trying to comply with the ever-evolving rules and regulations, and as of now, we think this is enough. I’ll make sure I keep you updated on any other actions that might become necessary in the future. Davis Bacon Act: Exempt under FEMA Public Assistance Funding Copeland Anti-Kickback Act: Exempt under FEMA Public Assistance Funding Required Form Submittals Page 615 of 3707 80Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 10 5/25 Compliance with Federal Law, Regulations, And Executive Orders and Acknowledgement of Federal Funding Certification This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. If the Contractor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the County for review and approval. The Contractor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the County and the Grantor Agency harmless against all claims of whatever nature arising out of the subcontractor’s performance of work under this Agreement, to the extent allowed and required by law. The County may document in the quarterly report the Contractor’s progress in performing its work under this agreement. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name _____________________________________ Date __________________ Authorized Signature ___________________________________________________________ EARTH TECH ENVIRONMENTAL LLC 6/19/2025 Required Form Submittals Page 616 of 3707 81Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 11 5/25 COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (l)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ________________________________ _____________________________________ Name SAM.gov Unique Entity ID (UEI) Number ________________________________ _____________________________________ Title CAGE Number ________________________________ Firm _________________________________________________________________________ Street Address, City, State, Zip __________________________________ Signature DONN BRROWN 492802 PRESIDENT EARTH TECH ENVIRONMENTAL LLC 10600 JOLEA AVENUE, BONITA SPRINGS, FL 34135 Required Form Submittals (ETE is In process of obtaining UEI) Page 617 of 3707 82Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 12 5/25 Required Form Submittals Page 618 of 3707 83Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 13 5/25 LOBBYING CERTIFICATION (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. ____________________________________________________ Contractor (Firm Name) ____________________________________________________ Signature of Contractor’s Authorized Official ____________________________________________________ Name and Title of Contractor’s Authorized Official ____________________________________________________ Date EARTH TECH ENVIRONMENTAL LLC DONN BROWN, PRESIDENT 6/17/2025 Required Form Submittals Page 619 of 3707 84Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Required Form Submittals Page 620 of 3707 85Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $__1,000,000____ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $__1,000,000____single limit 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. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $___1,000,000___ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Required Form Submittals Page 621 of 3707 86Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. ___________________________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Required Form Submittals Page 622 of 3707 87Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBRWVDADDLINSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 6/12/2025 Acrisure Southeast Partners Insurance Services LLC1317CitizensBlvdLeesburgFL34748 Jessica Martin 239-243-9729 jmartin@flsuretybonds.com Ohio Security Insurance Company 24082 EARTTEC-02 Starstone National Insurance Company 25496EarthTechEnvironmentalLLC.10600 Jolea AvenueBonitaSpringsFL34135 GuideOne National Insurance Company 14167 Indemnity National Insurance Company 18468 Landmark American Insurance Company 33138 1395181229 A X 1,000,000 X 300,000 15,000 1,000,000 2,000,000 X Y Y BKS (26)63 35 13 72 6/2/2025 6/2/2026 2,000,000 DE X X XS0001972 25LHA606658 5/15/20255/15/2025 Y 6/2/20266/2/2026 EACH OCCURRENCE 4,000,000 B XYT102509286/2/2025 6/2/2026 Includes USLH 1,000,000 1,000,000 1,000,000 C Professional/Pollution Y Y ENV562015250 11/30/2024 11/30/2025 Occ/Agg 5000000/5000000 The Certificate Holder is listed as an additional insured on the General Liability per form CG 85 83 04 13,including ongoing,products and completed operationsperformCG85830413.Primary and non-contributory and Waiver of Subrogation on the general liability applies per form 8810 04 13.A waiver of subrogationappliestoWorkersCompPerFormWC000313. Collier County Board of County Commissioners3327TamiamiTrailENaplesFL34112UnitedStates Required Form Submittals Page 623 of 3707 88Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025                                                                                                                                                                  6/12/25 X X ADDL INSD & WOS APPLIES TO:COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS. COLLIER COUNTY BOARD OFCOUNTY COMMISSIONERS3327 TAMIAMI TRAIL ENAPLES, FL 34112   Required Form Submittals Page 624 of 3707 89Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025                                                      06/12/2025 Required Form Submittals Page 625 of 3707 90Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 06/10/2025 Letter of Bondibilty, Earth Tech Environmental, LLC It has been the privilege of Acrisure and Merchants Bonding Company, to provide surety bonds on behalf of Earth Tech Environmental, LLC. In our opinion, Earth Tech Environmental, LLC remains properly financed, well equipped, and capably managed. At the present time, Merchants Bonding Company Co provides a $4,000,000 single project / $8,000,000 aggregate surety program to Earth Tech Environmental, LLC at a 2.5% flat rate. As always, Merchants Bonding Company reserves the right to perform normal underwriting at the time of any bond request, including, without limitation, prior review and approval of relevant contract documents, bond forms, and project financing. We assume no liability if for any reason we do not execute such bonds. Earth Tech Environmental, LLC is an excellent contractor and we hold them in very high regard. We are pleased to recommend them to you for your construction needs. If there are any questions, please feel free to contact our office. Respectfully, Matthew T Smith Matthew T Smith Attorney in Fact for Surety 5260 Summerlin Commons Way, Suite 302 • Fort Myers, FL 33907 O: 866-976-2185 • F: 239-791-1074 • www.Acrisure.com/Southeast Required Form Submittals Page 626 of 3707 91Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 21st June 2023 Required Form Submittals Page 627 of 3707 92Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Required Form Submittals Page 628 of 3707 93Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Local Business Tax Receipt I hope you have a successful year. Lee County Tax Collector Payment Information: $ May engage in the business of: LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Expires: THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Dear Business Owner: Your - Lee County Local Business Tax Receipt is attached below for account number Business name Ownership Physical location Business closed This is not a bill. Detach the bottom portion and display in a public location. Sincerely, If there is a change in one of the following, refer to the instructions on the back of this receipt. t Number:t Number:: Location: 1009900 1009900 EARTH TECH ENVIRONMENTAL LLC EARTH TECH ENVIRONMENTAL LLC 50.00 10600 JOLEA AVE BONITA SPRINGS, FL 34135 2024 2024 0610102 0610102 NURSERIES / RETAIL EARTH TECH ENVIRONMENTAL LLC 10600 JOLEA AVE BONITA SPRINGS, FL 34135 INT-00-02473078PAID 2025 2025 EARTH TECH ENVIRONMENTAL LLC 10600 JOLEA AVE BONITA SPRINGS, FL 34135 07/22/2024 September 30, 2025 Required Form Submittals Page 629 of 3707 94Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 TYPE OF BUSINESS BUSINESS NAME BUSINESS ADDRESS OWNER MAILING ADDRESS ACCOUNT EXPIRES AMOUNT PENALTY TOTAL THIS FORM BECOMES A RECEIPT ONLY WHEN VALIDATED TYPE OF BUSINESS BUSINESS NAME BUSINESS ADDRESS OWNER MAILING ADDRESS THIS FORM BECOMES A RECEIPT ONLY WHEN VALIDATED ACCOUNT EXPIRES AMOUNT PENALTY TOTAL Dear Business Owner: Your Charlotte County Local Business Tax Receipt is attached above. Please detach the receipt and display it in a place that is visible to the public and available for inspection. The Charlotte County Local Business Tax Receipt is in addition to any other license or certificate that may be required by law and does not signify compliance with zoning, health, or regulatory requirements. The Charlotte County Local Business Tax Receipt is non-regulatory and is not an endorsement of work quality. Your ocal Business Tax Receipt is valid from 01, through September 30, . Annual account notices are mailed in June to the address of record at that time. Any Changes to your Local Business Tax Account due to change of Business Name, Ownership, Physical Address or you are Closing your Business please contact our office at . 35.00 35.00 24370 24370 VARIOUS LOCATIONS CHARLOTTE, FL 00000 VARIOUS LOCATIONS CHARLOTTE, FL 00000 0.00 0.00 2024 2024 2024 2024 2024 35.00 35.00 SEPTEMBER 30, 2025 SEPTEMBER 30, 2025 - - Tax Collector Receipt # Receipt # TOTAL TOTAL RENEWAL RENEWAL Paid Paid 35.00 35.00 541620 541620 Environmental Consulting Services (ECOSYSTEM RESTORATION) Environmental Consulting Services (ECOSYSTEM RESTORATION) LOCAL BUSINESS TAX RECEIPT LOCAL BUSINESS TAX RECEIPT VICKIE L. POTTS EARTH TECH ENVIRONMENTAL LLC EARTH TECH ENVIRONMENTAL LLC DONN BROWN, JEREMY STERK DONN BROWN, JEREMY STERK / / Charlotte County 10600 JOLEA AVE BONITA SPRINGS, FL 34135 10600 JOLEA AVE BONITA SPRINGS, FL 34135 CHARLOTTE COUNTY CHARLOTTE COUNTY INT-00066642 INT-00066642 941-743-1350 2025 2025 2025 2025 2025 07/09/2024 07/09/2024 Required Form Submittals Page 630 of 3707 95Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 EARTH TECH ENVIRONMENTAL, LLC BROWN, DONN & STERK, JEREMY 10600 JOLEA AVE BONITA SPRINGS, FL 34135-6797 Florida Department of Agriculture and Consumer Services CERTIFICATE OF NURSERY REGISTRATION 1911 S.W. 34th St. P.O. Box 147100, Gainesville, FL 32614-7100 (352) 395-4700 COMMISSIONER ISSUED TO: REGISTRATION NO.:47237324 THIS CERTIFICATE EXPIRES:02/23/2026 FEE PAID: $200.00 DATE ISSUED:01/17/2025 THIS IS TO CERTIFY that the nursery stock on the premises of the nursery shown hereon has been inspected for plant pests and meets at least the minimum requirements of Section 581.131, Florida Statutes. THIS CERTIFICATE OF REGISTRATION MUST BE DISPLAYED or in the immediate possession of any person engaged in the sale or distribution of nursery stock. Commissioner of Agriculture B132454 FDACS-08002 Revised 05/05 Section 581.131, F.S. and Rule 5B-2.002, F.A.C WILTON SIMPSON WILTON SIMPSON Required Form Submittals Page 631 of 3707 96Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 2025 Florida Annual Resale Certificate for Sales Tax This Certificate Expires on December 31, 2025 DR-13 R. 10/24 Business Name and Location Address Certificate Number By extending this certificate or the certificate number to a selling dealer to make eligible purchases of taxable property or services exempt from sales tax and discretionary sales surtax, the person or business named above certifies that the taxable property or services purchased or rented will be resold or re-rented for one or more of the following purposes: • Resale as tangible personal property • Re-rental as tangible personal property • Resale of services • Re-rental as commercial real property • Incorporation into tangible personal property being repaired • Re-rental as transient rental property • Incorporation as a material, ingredient, or component part of tangible personal property that is being produced for sale by manufacturing, compounding, or processing Your Florida Annual Resale Certificate for Sales Tax (Annual Resale Certificate) allows you or your representatives to buy or rent property or services tax exempt when the property or service is resold or re-rented. You may not use your Annual Resale Certificate to make tax-exempt purchases or rentals of property or services that will be used by your business or for personal purposes. Florida law provides for criminal and civil penalties for fraudulent use of an Annual Resale Certificate. As a seller, you must document each tax-exempt sale for resale using one of three methods. You can use a different method each time you make a tax-exempt sale for resale. 1. Obtain a copy (paper or electronic) of your customer’s current Annual Resale Certificate. 2. For each sale, obtain a transaction authorization number using your customer ’s Annual Resale Certificate number. 3. Each calendar year, obtain annual vendor authorization numbers for your regular customers using their Annual Resale Certificate numbers. Online: Visit floridarevenue.com/taxes/certificates Phone: 877-357-3725 and enter your customer’s Annual Resale Certificate number Mobile App: Available for iPhone, iPad, and Android devices EARTH TECH ENVIRONMENTAL LLC10600 JOLEA AVEBONITA SPGS, FL 34135-6797 46-8017914542-9 Required Form Submittals Page 632 of 3707 97Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Required Form Submittals Page 633 of 3707 98Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Required Form Submittals Page 634 of 3707 Earth Tech Environmental, LLC 10600 Jolea Avenue, Bonita Springs, FL 34135 • Phone: 239.304.0030 www.eteflorida.com Page 635 of 3707 Page 636 of 3707 Page 637 of 3707 Page 638 of 3707 Page 639 of 3707 35Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8372 Preserve Area Maintenance Reference Questionnaire for: Earth Tech Environmental LLC (Name of Company Requesting Reference Information) Donn Brown (Name of Individuals Requesting Reference Information) Name: Katie Laakkonen (Evaluator completing reference questionnaire) Company: City of Naples - Natural Resources Division (Evaluator’s Company completing reference) Email: klaakkonen@naplesgov.com FAX: N/A Telephone: (239) 213-7122 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: 24-017 Exotic Vegetation Management & Mangrove Trimming Clam Pass Park Completion Date: 8/1/2024 Project Budget: $95,000.00 Project Number of Days: 15 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 640 of 3707 37Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Page 641 of 3707 39Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8372 Preserve Area Maintenance Reference Questionnaire for: Earth Tech Environmental LLC (Name of Company Requesting Reference Information) Donn Brown (Name of Individuals Requesting Reference Information) Name: Christina Kontos (Evaluator completing reference questionnaire) Company: Kitson & Partners (Evaluator’s Company completing reference) Email: ckontos@kitsonpartners.com FAX: N/A Telephone: (941) 467-1491 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: 2024-2025 Babcock Ranch Mitiagtion Area Maintenance & Ecosystem Restoration Completion Date: 3/31/2025 Project Budget: $1,700,000.00 Project Number of Days: 365 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 642 of 3707 41Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8372 Preserve Area Maintenance Reference Questionnaire for: Earth Tech Environmental LLC (Name of Company Requesting Reference Information) Donn Brown (Name of Individuals Requesting Reference Information) Name: Nick Rossdale (Evaluator completing reference questionnaire) Company: Collier County Port Authority – Airport Operations (Evaluator’s Company completing reference) Email: nick.rossdale@colliercountyfl.gov FAX: N/A Telephone: (239) 252-6297 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: 23-035 Annual Exotic Maintenance Completion Date: 10/10/2024 Project Budget: $84,500.00 Project Number of Days: 15 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 643 of 3707 43Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8372 Preserve Area Maintenance Reference Questionnaire for: Earth Tech Environmental LLC (Name of Company Requesting Reference Information) Donn Brown (Name of Individuals Requesting Reference Information) Name: Alicia Dixon (Evaluator completing reference questionnaire) Company: LCPA - Planning and Environmental Compliance (Evaluator’s Company completing reference) Email: addixon@flylcpa.com FAX: N/A Telephone: (239) 590-4618 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: 2024 LCPA Onsite Preserve, Onsite Mowing & RSW Mitigation Park Ecosystem Restoration Completion Date: 10/10/2024 Project Budget: $350,000.00 Project Number of Days: 15 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 644 of 3707 45Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8372 Preserve Area Maintenance Reference Questionnaire for: Earth Tech Environmental LLC (Name of Company Requesting Reference Information) Donn Brown Company: Pelican Bay Services (Evaluator’s Company completing reference) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Email: Chad.Coleman@colliercountyfl.gov FAX: N/A Telephone: (239) 252-1355 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: 2024 Dune Swale Maintenance, Hand Dug Channel Maintenance, Preserve Area Maintenance & Ecosystem Restoration Completion Date: 12/31/2024 Project Budget: $1,220,000.00 Project Number of Days: 365 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 10 10 10 10 10 10 10 10 10 10 100 ColemanChad Digitally signed by ColemanChad Date: 2025.05.22 09:38:06 -04'00' Page 645 of 3707 47Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Criteria No. 4 - Experience and Capacity of the Firm Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8372 Preserve Area Maintenance Reference Questionnaire for: Earth Tech Environmental LLC (Name of Company Requesting Reference Information) Donn Brown (Name of Individuals Requesting Reference Information) Name: Ellen Perkins (Evaluator completing reference questionnaire) Company: The Colony at Pelican Landing Foundation & Bay Club (Evaluator’s Company completing reference) Email: eperkins@theiconteam.com FAX: N/A Telephone: (239) 992-2100 ext. 6 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: 2024 Annual Preserve Maintenance & Mangrove Trimming Completion Date: 12/31/2024 Project Budget: $81,000.00 Project Number of Days: 365 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 646 of 3707 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 1 5/25 FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. Pursuant uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a Contract / Purchase Order. Compliance with Federal Law, Regulations and Executive Orders: The Sub-Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally-Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the County harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. o 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards o 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide Page 647 of 3707 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 2 5/25 Access to Records: 1) The contractor agrees to provide the County, the Florida Department of Emergency Management, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative’s access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives’ access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with section 1225 of the Disaster Recovery Act of 2018, the County and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. Buy Clean: The County encourages the use of environmentally friendly construction practices in the performance of this Agreement. In particular, the County encourages that the performance of this agreement includes considering the use of low-carbon materials which have substantially lower levels of embodied greenhouse-gas emissions associated with all relevant stages of production, use, and disposal, as compared to estimated industry averages of similar materials or products as demonstrated by their environmental product declaration. Changes: To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract change, modification, amendment, addendum, change order, or constructive change must be necessary, allowable, allocable, within the scope of the grant or cooperative agreement, reasonable for the scope of work, and otherwise allowable. DHS Seal, Logo, and Flags: The County must obtain written permission from Department of Homeland Security prior to using the DHS seals, logos, crests, or reproductions of flags, or likenesses of DHS agency officials. This includes use of DHS component (e.g., FEMA, CISA, etc.) seals, logos, crests, or reproductions of flags, or likenesses of component officials. The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. Domestic Preference for Procurements: The Contractor should, to the greatest extent practicable and consistent with law, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products. For purposes of this section: ‘‘Produced in the United States’’ means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Build America, Buy America Act (BABAA): FEMA Public Assistance Funding is not subject to Buy America preference pursuant the following guidance: Programs and Definitions: Build America, Buy America Act | FEMA.gov License and Delivery of Works Subject to Copyright and Data Rights: The Contractor grants to the County, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the County or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the County data first produced in the performance of this contract and data Page 648 of 3707 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 3 5/25 required by the contract but not first produced in the performance of this contract in formats acceptable by the County. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s actions pertaining to this contract. Prohibition on Covered Telecommunications Equipment or Services: (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy, #405-143-1 Prohibitions on Expending FEMA Award Funds forcovered Telecommunications Equipment or Services As used in this clause – (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1) This clause does not prohibit contractors from providing — (i). A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii). Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: (i). Covered telecommunications equipment or services that: a. Are not used as a substantial or essential component of any system; and b. Are not used as critical technology of any system. (ii). Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (3) Reporting requirement. Page 649 of 3707 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 4 5/25 (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph(e), in all subcontracts and other contractual instruments. Providing Good, Safe Job to Workers: Pursuant to FEMA Information Bulletin No. 520, the contractor will comply with all applicable federal labor and employment laws. To maximize cost efficiency and quality of work, the contractor commits to strong labor standards and protections for the project workforce by creating an effective plan for ensuring high-quality jobs and complying with federal labor and employment laws. The contractor acknowledges applicable minimum wage, overtime, prevailing wage, and health and safety requirements, and will incorporate Good Jobs Principles wherever appropriate and to the greatest extent practicable. Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Socioeconomic Contracting: The Contractor is encouraged to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure small businesses, minority businesses, women’s business enterprises, veteran owned businesses, and labor surplus area firms are considered when possible. Such consideration means: (1) These business types are included on solicitation lists; (2) These business types are solicited whenever they are deemed eligible as potential sources; (3) Dividing procurement transactions into separate procurements to permit maximum participation by these business types; (4) Establishing delivery schedules (for example, the percentage of an order to be delivered by a given date of each month) that encourage participation by these business types; (5) Utilizing organizations such as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring a contractor under a Federal award to apply this section to subcontracts. Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract Page 650 of 3707 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 5 5/25 that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contractors must sign and submit a debarment certification to the County with each bid or offer. See Certifications and Assurances and the end of this document. Procurement of Recovered Materials (§200.323) (Over $10,000): In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired — a) Competitively within a timeframe providing for compliance with the contract performance schedule; b) Meeting contract performance requirements; or c) At a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines webpage: Comprehensive Procurement Guideline (CPG) Program | US EPA. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. The Contactor should, to the greatest extent practicable and consistent with the law, purchase, acquire, or use products and services that can be reused, refurbished, or recycled; contain recycled content, are biobased, or are energy and water efficient; and are sustainable. Termination for Cause and Convenience (over $10,000): See Standard Purchase Order and/or Contract Terms and Conditions Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of more than $100,000 shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the County who in turn will forward the certification(s) to the federal agency. Contractors must sign and submit a lobbying certification to the County with each bid or offer exceeding $100,000. See Certifications and Assurances and the end of this document. Contract Work Hours and Safety Standards Act (CWHSSA) (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the Page 651 of 3707 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 6 5/25 District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchpersons and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $32 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1). (3) Withholding for unpaid wages and liquidated damages— (i) Withholding Process. The County may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this paragraph (b) on this contract, any other federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. (ii) (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph (a)(2)(i) or (b)(3)(i) of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D) A contractor's assignee(s); (E) A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901-3907. (4) Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in paragraphs (b)(1) through (5) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (5). In the event of any violations of these clauses, the prime contractor, and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. (5) Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: Page 652 of 3707 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 7 5/25 (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; (ii) Filing any complaint, initiating, or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CWHSSA or this part.” Further Compliance with the Contract Work Hours and Safety Standards Act. (1) The contractor or subcontractor must maintain regular payrolls and other basic records during the course of the work and must preserve them for a period of three years after all the work on the prime contract is completed for all laborers and mechanics, including guards and watchpersons, working on the contract. Such records must contain the name; last known address, telephone number, and email address; and social security number of each such worker; each worker’s correct classification(s) of work performed; hourly rates of wages paid; daily and weekly number of hours actually worked; deductions made; and actual wages paid. (2) Records to be maintained under this provision must be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview workers during working hours on the job.” Clean Air Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Administrative, Contractual, or Legal Remedies (over $250,000): Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. Page 653 of 3707 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 8 5/25 Construction Activities This provision is applicable to all federally assisted construction contracts, as that term is defined at 41 C.F.R. § 60-1.3. To the extent this Agreement meets this definition, Contractor agrees as follows: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: 1) Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee’s essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor’s legal duty to furnish information. 4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers’ representatives of the Contractor’s commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5) The Contractor will comply with the rules, regulations, and relevant orders of the Secretary of Labor. 6) The Contractor will furnish all information and reports required by rules, regulations, and orders of the Secretary of Labor, and will permit access to its books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7) In the event of the Contractor’s noncompliance with the nondiscrimination clauses this Agreement or with any of the said rules, regulations, or orders, this Agreement may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with authorized procedures, and such other sanctions may be imposed and remedies invoked as by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The Contractor will include the above applicable provisions in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect Page 654 of 3707 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 9 5/25 to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 9) The County further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the City is a state or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. 10) The County agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency’s primary responsibility for securing compliance. 11) The County further agrees that it will refrain from entering into any contract or contract modification with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to any applicable Executive Order and will carry out such sanctions and penalties for violation of any applicable clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor. In addition, the County agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. Subcontracting Contractor acknowledges that if Contractor intends to enter into subcontracts for any portion of the work under this Agreement, Contractor may take the affirmative steps described in 2 C.F.R. § 200.321 to ensure that small business firms, minority business firms, women’s business enterprises, and labor surplus area firms are solicited when possible, to the extent doing so is consistent with applicable local, State, and Federal law. Implementing the above provisions for new contracts should at least demonstrate that the County is trying to comply with the ever-evolving rules and regulations, and as of now, we think this is enough. I’ll make sure I keep you updated on any other actions that might become necessary in the future. Davis Bacon Act: Exempt under FEMA Public Assistance Funding Copeland Anti-Kickback Act: Exempt under FEMA Public Assistance Funding Page 655 of 3707 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 10 5/25 Compliance with Federal Law, Regulations, And Executive Orders and Acknowledgement of Federal Funding Certification This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. If the Contractor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the County for review and approval. The Contractor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the County and the Grantor Agency harmless against all claims of whatever nature arising out of the subcontractor’s performance of work under this Agreement, to the extent allowed and required by law. The County may document in the quarterly report the Contractor’s progress in performing its work under this agreement. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name _____________________________________ Date __________________ Authorized Signature ___________________________________________________________ EARTH TECH ENVIRONMENTAL LLC 6/19/2025 Page 656 of 3707 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 11 5/25 COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (l)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ________________________________ _____________________________________ Name SAM.gov Unique Entity ID (UEI) Number ________________________________ _____________________________________ Title CAGE Number ________________________________ Firm _________________________________________________________________________ Street Address, City, State, Zip __________________________________ Signature DONN BRROWN 492802 PRESIDENT EARTH TECH ENVIRONMENTAL LLC 10600 JOLEA AVENUE, BONITA SPRINGS, FL 34135 Page 657 of 3707 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 12 5/25 Page 658 of 3707 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 13 5/25 LOBBYING CERTIFICATION (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. ____________________________________________________ Contractor (Firm Name) ____________________________________________________ Signature of Contractor’s Authorized Official ____________________________________________________ Name and Title of Contractor’s Authorized Official ____________________________________________________ Date EARTH TECH ENVIRONMENTAL LLC DONN BROWN, PRESIDENT 6/17/2025 Page 659 of 3707 State of Florida Department of State I certify from the records of this office that EARTH TECH ENVIRONMENTAL LLC.is a limited liability company organized under the laws of the State of Florida,filed on May 11,2006. The document number of this limited liability company is L06000048927. I further certify that said limited liability company has paid all fees due this office through December 31,2025,that its most recent annual report was filed on February 5,2025,and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Fifth day of February,2025 Tracking Number:9079636970CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Page 660 of 3707 67Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Required Form Submittals Page 661 of 3707 68Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS AA RR TT II CC LL EE II PPUURRPPOO SS EE AANNDD AA UU TT HH OO RRII TT YY The parties to this agreement are the Department of Homeland Security (DHS) and (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. AARR TTII CCLLEE IIII RR EESS PP OO NN SS II BBII LL II TT II EE SS AA .. RR EE SS PP OO NN SS II BB II LL II TT II EE SS OO FF TT HH EE EE MM PP LLOOYY EE RR 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. P age 1 of 1 7 E -Verify MOU for Employers | Revision Date 06/01/13 Earth Tech Environmental LLC 492802 Required Form Submittals Page 662 of 3707 69Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Company ID Number: Approved by: EEmmppllooyyeerr Name (Please Type or Print) Title Signature Date DDeeppaarrttmmeenntt ooff HHoommeellaanndd SSeeccuurriittyy –– VVeerriiffiiccaattiioonn DDiivviissiioonn Name (Please Type or Print) Title Signature Date P a ge 13 o f 17 E-Ve r i fy MOU for Employers | Revision Date 06/01/13 USCIS Verification Division 01/20/2012 Donn J Brown Electronically Signed Earth Tech Environmental LLC 01/20/2012 Electronically Signed 492802 PRESIDENT Required Form Submittals Page 663 of 3707 70Solicitation No.: 25-8372 - Preserve Area Maintenance June 20, 2025 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Earth Tech Environmental LLC LEE 541 20 to 99 492802 10600 Jolea Avenue Bonita Springs, FL 34135 204894676 1 site(s) Required Form Submittals Page 664 of 3707 06/12/2025 Page 665 of 3707 Page 666 of 3707 Page 667 of 3707 Page 668 of 3707 Page 669 of 3707 Page 670 of 3707 Page 671 of 3707 Page 672 of 3707 Page 673 of 3707 Page 674 of 3707 Page 675 of 3707 Page 676 of 3707 Page 677 of 3707 Page 678 of 3707 Page 679 of 3707 Page 680 of 3707 Page 681 of 3707 Page 682 of 3707 Page 683 of 3707 Page 684 of 3707 Page 685 of 3707 Page 686 of 3707 Page 687 of 3707 Page 688 of 3707 Page 689 of 3707 Page 690 of 3707 Page 691 of 3707 Page 692 of 3707 Page 693 of 3707 Page 694 of 3707 Page 695 of 3707 Page 696 of 3707 Page 697 of 3707 Page 698 of 3707 Page 699 of 3707 Page 700 of 3707 Page 701 of 3707 Page 702 of 3707 Page 703 of 3707 Page 704 of 3707 Page 705 of 3707 Page 706 of 3707 Page 707 of 3707 Page 708 of 3707 Page 709 of 3707 Page 710 of 3707 Page 711 of 3707 Page 712 of 3707 Page 713 of 3707 Selection Committee Final Ranking RFP #: 25-8372 Title: Preserve Area Maintenance Name of Firm Summer Araque Christal Segura Lisa Jacob Dawn Brewer Total Scores Final Ranking Earth Tech Environmental LLC.100 100 100 100 400.00 1.0000 EarthBalance Corporation 85 92 87 92 356.00 2.0000 Procurement Professional Dania Guerrero 9/26/2025 Page 1 of 1 Page 714 of 3707 ***REVISED Notice of Recommended Award*** Solicitation: #25-8372 Title: Preserve Area Maintenance Due Date and Time: June 27,2025, at 3:00 PM (EST) Proposers: Company Name City County State Final Ranking Responsive/Responsible Earth Tech Environmental LLC Bonita Springs Lee FL 1 Yes/Yes EarthBalance Corporation North Port Sarasota FL 2 Yes/Yes Veteran Distribution & Supply LLC Ellenton Manatee FL 3 No/Yes Utilized Local Vendor Preference: Yes No (Grant Funded) Recommended Vendor For Award: On May 21, 2025, the Procurement Services Division released notices for Request for Proposal (“RFP”) No. 25- 8372, “Preserve Area Maintenance,” to three thousand one hundred seventy-one (3,171) vendors. On May 28, 2025, a non-mandatory proposal meeting was held offering prospective proposers an opportunity to participate. Proposal submission deadline was extended an additional seven (7) days to June 27, 2025. Eight hundred seventy-nine (879) packages were viewed, and three (3) proposals were received by June 27, 2025, the submission deadline. Staff reviewed the proposals received and two (2) proposers were found to be responsive and responsible, with minor irregularities. Veteran Distribution & Supply LLC was found to be non-responsive for failing to submit all the Criteria as required in the solicitation. The Selection Committee convened on September 26, 2025, as described in Step 1 of the solicitation documents, after reviewing the proposals and deliberation, the Committee scored the proposals and elected to move forward to final ranking as noted below: Ranked #1 – Earth Tech Environmental LLC Ranked #2 – EarthBalance Corporation In compliance with the intent of the solicitation, Staff is recommending award to the top-ranked vendor, as stated below: Ranked #1 - Earth Tech Environmental LLC Contract Driven Purchase Order Driven Docusign Envelope ID: 83ED23D3-3E8D-45E0-BC8D-D1C3F890A362 Page 715 of 3707 Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 83ED23D3-3E8D-45E0-BC8D-D1C3F890A362 12/18/2025 12/18/2025 12/18/2025 Page 716 of 3707 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 717 of 3707 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_1,000,000____ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000____single limit 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. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000________ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Page 718 of 3707 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. GG-4/21/25 - ___________________________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications, agrees to maintain these coverages through the duration of the agreement and/or work performance period, and that the evidence of insurability may be required within five (5) days of notification of recommended award of this solicitation. Page 719 of 3707 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 1/6/2026 Acrisure Southeast Partners Insurance Services LLC 1317 Citizens Blvd Leesburg FL 34748 Jessica Martin 239-243-9729 jmartin@flsuretybonds.com Ohio Security Insurance Company 24082 EARTTEC-02 Starstone National Insurance Company 25496EarthTechEnvironmentalLLC. 10600 Jolea Avenue Bonita Springs FL 34135 GuideOne National Insurance Company 14167 Indemnity National Insurance Company 18468 Rock Ridge Insurance Company 11089 Landmark American Insurance Company 33138 1555522181 A X 1,000,000 X 300,000 15,000 1,000,000 2,000,000 X Y Y BKS (26)63 35 13 72 6/2/2025 6/2/2026 2,000,000 E 1,000,000 X X X Y Y BW92STR250050500 7/25/2025 7/25/2026 D X X 1,000,000XS0001972255/15/2025Y 6/2/2026 B XYT102509286/2/2025 6/2/2026 Includes USLH 1,000,000 1,000,000 1,000,000 C F Professional/Pollution Excess Liability Y Y ENV562015250-02 LHA606658 11/30/2025 5/15/2025 11/30/2026 6/2/2026 Occ/Agg Occ/Agg 5,000,000 3,000,000 The Certificate Holder is listed as an additional insured on the Auto and General Liability per form CG 85 83 04 13,including ongoing,products and completed operations per form CG85 83 04 13.Primary and non-contributory and Waiver of Subrogation on the Auto and general liability applies per form 8810 04 13.A waiver of subrogation applies to Workers Comp Per Form WC 00 03 13. Contract Number:25-8372 Collier County Board of County Commissioners 3295 Tamiami Trial E Naples FL 34112 Page 720 of 3707 Page 721 of 3707 Page 722 of 3707 Page 723 of 3707 Page 724 of 3707 Page 725 of 3707 Page 726 of 3707 Page 727 of 3707 Page 728 of 3707 Page 729 of 3707 Page 730 of 3707 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule WHERE REQUIRED BY WRITTEN CONTRACT, PROVIDED THE CONTRACT IS SIGNED AND DATED PRIOR TO THE DATE OF LOSS TO WHICH THIS WAIVER APPLIES. IN NO INSTANCE SHALL THE PROVISIONS AFFORDED BY THIS ENDORSEMENT BENEFIT ANY COMPANY OPERATING AIRCRAFT FOR HIRE. Lennar Corporation including its subsidiaries, partners, partnerships, affiliated companies, successors and assigns. Insurance Compliance Contract LC05475406 P.O. Box 100085 - LC Duluth, GA 30096 Missouri Special Note: Any person or organization for which the employer has agreed by written contract, executed prior to loss, may execute a waiver of subrogation. However, for purposes of work performed by the employer in Missouri, this waiver of subrogation does not apply to any construction group of classifications as designated by the waiver of right to recover from others (subrogation) rule in our manual. Per Policy Minimum Waiver Premium by State: $500: AL, AR, AZ, CA, CO, CT, DC, FL, GA, HI, ID, IL, IN, IA, KS, ME, MD, MI, MN, MO, MS, MT, NE, NV, NM, OH, OK, OR, PA, RI, SC, SD, UT, VT, WA, WV $250: AK, DE, LA, NY, TN, VA $100: NC (per waiver) $50: WI N/A: KY, MA, NH, NJ, TX This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 06/02/25 Policy No. T10250928 Endorsement No. 6 Insured Earth Tech Environmental LLC Policy Effective Date 06/02/25 Insurance Company StarStone National Insurance Company Countersigned By ______________________________________ WC 00 03 13 (Ed. 04-84) © Copyright 1983 National Council on Compensation Insurance, Inc. All Rights Reserved. Page 731 of 3707