Loading...
Agenda 04/28/2026 Item #16B 1 (Invitation to Bid No. 25-8366R, “US 41 Tamiami Trail East Landscape & Irrigation Improvements" to Hannula Landscaping and Irrigation, Inc)4/28/2026 Item # 16.8.1 ID# 2026-721 Executive Summary Recommendation to award Invitation to Bid No. 25-8366R, "US 41 Tamiami Trail East Landscape & Irrigation Improvements" to Hannula Landscaping and Irrigation, Inc., in the amount of $703,424.98, and authorize the Chair to sign the attached Agreement. OBJECTIVE: To retain a contractor to renovate and repair existing landscaped and irrigated medians on US 41 Tamiami Trail East from Davis Boulevard to Espinal Boulevard. CONSIDERATIONS: On October 3, 2025, the Procurement Services Division issued Invitation to Bid ("ITB") No. 25- 8366R seeking landscape and irrigation construction services for the "US 41 Tamiami Trail East Landscape & Irrigation Improvements" project. The County held a non -mandatory pre -bid meeting on October 14, 2025. The County received four bids by the November 17, 2025, submission deadline as summarized below. Bidders Company Name City County State Bid Amount Responsive/ Responsible Hannula Landscaping and Ft. Myers Lee FL $703,424.98 Yes/Yes Irrigation, Inc. VisualScape, Inc. Miami Miami -Dade FL $829,838.50 Yes/Yes Superior Landscaping & Lawn Miami Miami -Dade FL $1,012,976.99 Yes/Yes Service Inc. P&T Lawn & Tractor Service, Alva Lee FL $1,070,261.77 Yes/Yes Inc. Staff reviewed the bids and found all bidders responsive and responsible. Staff recommends awarding to Hannula Landscaping and Irrigation, Inc. ("Hannula"), as the lowest responsive and responsible bidder. The Landscape Architect of Record, McGee & Associates, reviewed Hannula's references for work involving a similar scope of services as the ITB within the last five years and found favorable performance reviews. Hannula is a family -owned company made up of green industry experts with an office in Fort Myers. Hannula incorporated and has been doing business in Florida since 1992. Hannula has successfully completed numerous Collier County landscape and irrigation installations. The Procurement Services Division concluded the bidding was competitive and representative of market conditions. The bid tabulation, Engineer's Letter of Recommended Award, the Notice of Recommended Award, and proposed agreement are all attached. This item is consistent with the Collier County Strategic Plan to plan and build public infrastructure and facilities to meet the needs of our community effectively, efficiently, and sustainably. FISCAL IMPACT: The total funding required for this contract is $703,424.98. Funding is available in the Transportation Capital (3081), within Median Maintenance Project (60265). The sources of funding are general funds and unincorporated general funds. Maintenance is budgeted annually within the Transportation Management Capital Fund (3081), Median Maintenance Project (60265). GROWTH MANAGEMENT IMPACT: This recommendation is consistent with the Growth Management Plan, Transportation Element, Objective 1 to maintain the major roadway system at an acceptable Level of Service by implementing improvements as identified in the Annual Update and Inventory Report or by working directly with other 4/28/2026 Item # 16.8.1 ID# 2026-721 responsible jurisdictions to implement needed improvements to their facilities. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATION(S): To award Invitation to Bid No. 25-8366R, "US 41 Tamiami Trail East Landscape & Irrigation Improvements," to Hannula Landscaping and Irrigation, Inc., in the amount of $703,424.98, and authorize the Chair to sign the attached Agreement. PREPARED BY: Pamela Lulich, PLA, ASLA, Landscape Operations Manager, Transportation Management Services Department ATTACHMENTS: l . 25-8366R - Notice of Recommended Award 2. 25-8366R Bid Tabulation 3. 25-8366R Contract VS 4. 25-8366R DELORA REV 1-28-26 5. 25-8366R Hannula COI expires 1.1.27 Docusign Envelope ID: E3421EAC-CD8A-45FF-97B6-9716B34E6C57 Collier County -�Wl Procurement Services Notice of Recommended Award Solicitation Details Solicitation Number: 25-8366R Title: US 41 Tamiami Trail East Landscape & Irrigation Improvements Due Date and Time: November 17, 2025, at 3:00pm Utilized Local Vendor Preference: N/A Contract Type: Contract Driven Bidders Company Name City County State Bid Amount Responsive/Responsible Hannula Landscaping Fort Myers Lee FL $703,424.98 Y/Y & Irrigation Inc. VisualScape Inc Miami Miami -Dade FL $829,838.50 Y/Y Superior Landscaping Miami Miami -Dade FL $1,012,976.99 Y/Y & Lawn Service Inc. P&T Lawn & Tractor Alva Lee FL $1,070,261.77 Y/Y Service Inc. Recommended Bidder For Award On October 3, 2025, the Procurement Services Division issued Construction Invitation to Bid Solicitation No. 25- 8366R to three thousand five hundred ninety-eight (3,598) Bidders. Nine hundred forty-four (944) Bidders viewed the bid package. October 14, 2025, a non -mandatory bid meeting was held offering prospective bidders an opportunity to participate. The solicitation was initially advertised for forty-five (45) days. Four (4) bids were received by November 17, 2025, the submission deadline. Staff reviewed the Four (4) bids received; all bids were deemed responsive and responsible as shown above with P&T Lawn & Tractor Service Inc. having a minor irregularity. Staff determined that Hannula Landscaping and Irrigation Inc. is the lowest responsive and responsible bidder. Staff recommends the contract be awarded to Hannula Landscaping and Irrigation Inc., the lowest responsive and responsible bidder, based on the award of the lowest Base Bid Project Total for a total of $703,424.98. Approved By: Project Manager: -I� 2/5/2026 �G1.1M(,l.Gl. �lA.�d(� ���'� Procurement Strategist: �-I ._ 2/5/2026 Procurement Services Director: 5 2/5/2026 Page 1 of 1 NORA -Construction Invitation to Bid Template Pamela Lu0ch -project Manager Zachary Scheid - Procurement Strategist Notifications Sent: 3598 Views: 944 Bids Recieved:4 Construction ITB No. 25-8366R US 41 TAMAIAMI TRAIL EAST LANDSCAPE & IRRIGATION IMPROVEMENTS BID SCHEDULE CATEGORY I. US 41 (SR90) TAMIAMI TRAIL EAST (Davis Blvd. (SR84)(MP 12.859) to Espinal Blvd. (MP 14.359), CCPN 31112.5 - Landscape Hannula Landscaping and visualScape, Inc. Superior Landscaping & Lawn P&T Lawn & Tractor Service, Engineer's Estimate Improvements Irrigallon Inc. Service Inc. Inc. LINE BID ITEM SYMBOL DESCRIPTION UNIT QTY UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST ITEM NUMBER 1 101-1 MOBILIZATION: PREPARATORY WORK AND OPERATIONS, BONDS ARE A SEPARATE BID ITEM LS 1 $ 16,931.00 $ 16,931.00 $ 18,700.00 $ 18,700.00 $ 101,000.00 $ 101,000.00 $ 6,000.00 $ 6,000.00 $ 53,834.59 $ 53,834.59 MAINTENANCE OF TRAFFIC (MOT) PLAN; CONTRACTOR TO PROVIDE ALL REQUIRED MOT PLANS, 2 102-1 - PERMITS AND SUBMITTALS FOR APPROVALS. SEE GENERAL NOTES. (CONTRACTOR IS RESPONSIBLE LS 1 $ 54,075.00 $ 54,075.00 $ 33,270.00 $ 33,270.00 $ 26,000.00 $ 26,000.00 $ 35,000.00 $ 35,000.00 $ 20,000.00 $ 20.000.00 FOR QUANTIFYING THE ACTUAL REQUIRED MOT QUANTITIES FOR THE DURATION OF THE PROJECT) INLET PROTECTION SYSTEM (PER FDOT STANDARD SPEICIATIONS SECTION 104, CURLEX SEDIMANT 3 104.18• LOGS) AS REQUIRED TO PROTECT STORM DRAINS FROM SEDIMENT MOVEMENT. THIS ITEM IS TO BE USED IN ACCORDANCE WITH PLANS, STANDARDS AND/OR FDOT ERONSION AND SEDIMENT CONTROL LS 1 $ 4,870.00 $ 4,870.00 $ 5,200.00 $ 5,200.00 $ 3,000.00 $ 3,000.00 $ 15,000.00 $ 15,000.00 $ 2,100.00 $ 2,100.00 MANUAL FOR THE PROTECTION OF EXISTING INLETS. CLEARING AND GRUBBING (CL&GB): REMOVAL OF EXISTING VEGETATION TO INCLUDE EXISTING PLANT BEDS WHERE PROPOSED TREES ARE TO BE PLANTED WITHIN THE BEDS, TO INCLUDE EXCAVATION OF EXISTING SOIL AND SOIL BACKFILL AS REQUIRED FOR ESTABLISHING FINISHED GRADES. TO INCLUDE REMOVAL OF EXISTING ALEXANDER PALMS IN MEDIANS WITH PAVER BORDERS, 4 110-1-1• REFER TO PLAN NOTES AND MEDIAN PREPARATION NOTES. SOIL BACKFILL IS CONSIDERED LS 1 $ 91,750.00 $ 91,750.00 $ 12,200.00 $ 12,200.00 $ 14,000.00 $ 14,000.00 $ 55,055.00 $ 55,055.00 $ 34,972,50 $ 34,972.50 INCCIDENTAL AND TO BE INCLUDED IN THIS PAY ITEM. (CONTRACTOR IS RESPONSIBLE FOR QUANTIFYING THE ACTUAL REQUIRE QUANTITIES, GRADE PROFILE DETAIL G/1 ESTIMATED AREA 20,060 SQ.FT., GRADE PROFILE G/2 ESTIMATED AREA 3,176 SQ. FT., SHRUB REMOVAL ONLY IN EXISTING BEDS ESTIMATED AREA 15O SQ. FT.) 5 SSI-1 SOIL STRUCTURE IMPROVEMENT; LOOSEN AND/OR MECHANICALLY TILL TO 4" TO 6" DEPTH TO BLEND SF 20,060 $ 0.90 $ 18,054.00 $ 1.45 $ 29,087.00 $ 4.00 $ 80,240.00 $ 1.80 $ 36,108.00 $ 0.50 $ 10,030.00 EXISTING SOIL AND AMENDEMENTS. SEE MEDIAN PREPARATION DETAIL G/1 AND NOTES. ARCHITECTURAL PAVERS (SIDEWALK) MEDIANS BORDER & FIELD AREA REPAIR, TO INCLUDE PICKUP & 6 526-1-2 (REPAIR) TRANSPORT TO SITE FROM COUNTY DAVIS BLVD. FACILITY, LIMESTONE COMPACTED BASE MATCH SF 1,458 $ 8.03 $ 11,707.74 $ 20.40 $ 29,743.20 $ 16.00 $ 23,328.00 $ 21.25 $ 30,982.50 $ 10.50 $ 15,309.00 EXISTING, MORTAR CONSTRAINT EDGING AS NEEDED, REPLACEMENT PAVERS SUPPLIED BY COUNTY. 7 526CLEANING• ARCHITECTURAL PAVERS (MEDIAN CLEANING) TO INCLUDE PRESSURE WASH AND TREATMENT WITH SF 14,737 $ 0.31 $ 4,568.47 $ 1.20 $ 17,684.40 $ 0.50 $ 7,368.50 $ 3.25 $ 47,895.25 $ 1.00 $ 14,737.00 MOLD REDUCTION CHEMICAL (e.g. WET & FORGET PRODUCT) PERFORMANCE TURF - SOD -ST. AUGUSTINE 'FLORATAM' (STENOTAPHRUM SECUNDATUM); SOD AND 8 570-1-3-119• SOIL- SHOULDER TREATMENT INDEX 570-010, REPAIR (DAMAGE, RIGHTS -OF -WAY TRENCHING OR SY 225 $ 6.44 $ 1,449.00 $ 13.50 $ 3,037.50 $ 8.00 $ 1,800.00 $ 8.90 $ 2,002.50 $ 6.00 $ 1,350.00 EXCAVATIONS) PERFORMANCE TURF- SOD -ARGENTINE BAHIA GRASS (PASPALUM NOTATUM); SOD AND SOIL- 9 570-1-7-11V SHOULDER TREATMENT INDEX 570-010, RIGHT-OF-WAY REPAIR (DAMAGE, RIGHTS -OF -WAY BY 225 $ 3.47 $ 780.75 $ 10.80 $ 2,430.00 $ 6.00 $ 1,350.00 $ 6.60 $ 1,485.00 $ 5.00 $ 1,125.00 TRENCHING OR EXCAVATIONS) 10 580-1.1-AGS • AG ARACHIS GLABRATA'ECOTURF' / PERENNIAL PEANUT; FIELD GROWN (F.G.) SOD SF 12.633 $ 3.21 $ 40,551.93 $ 6.00 $ 75,798.00 $ 3.00 $ 37,899.00 $ 4.95 $ 62,533.35 $ 5.00 $ 63,165.00 11 580-1-1-AB • AS AECHMEA BLANCHETIANA'RASPBERRY'; 10" POT, 16" X 16" HT/SPR, Y O.C., PARTIAL SUN GROWN EA 64 $ 46.00 $ 2,944.00 $ 50.00 $ 3,200.00 $ 16.00 $ 1,024.00 $ 56.00 $ 3,584.00 $ 40.00 $ 2,560.00 12 580-1-1CC • CC CARPOBROTUS CHILENSIS - SEA FIG; #1 GAL., 6" X 6" HT/SPR, 18" O.C. EA 409 $ 13.70 $ 5.603.30 $ 14.00 $ 5,726.00 $ 18.00 $ 7,362.00 $ 18.00 $ 7,362.00 $ 8.50 $ 3,476.50 13 580-1-1-0B • DB DIETES BICOLOR -YELLOW AFRICAN IRIS; #3 GAL; 24" X 30"; 4' O.C.; FULL EA 23 $ 13.70 $ 315.10 $ 16.00 $ 368.00 $ 18.00 $ 414.00 $ 15.00 $ 345.00 $ 15.00 $ 345.00 14 580-1-1-EL" EL ERNODEA LITTORALIS - GOLDEN/BEACH CREEPER; #1 GAL., 12" X 12" HT/SPR, 24" O.C. EA 19158 $ 5.15 $ 5,963.70 $ 8.00 $ 9,264.00 $ 17.00 $ 19,686.00 $ 8.00 $ 9,264.00 $ 8.50 $ 9,843.00 15 580-1-1-FM • FM FICUS MICROCARPA'GREEN ISLAND'; #7 GAL; 20" HT./SPR.; Y O.C.; FULL EA 8 $ 11.40 $ 91.20 $ 55.00 $ 440.00 $ 70.00 $ 560.00 $ 46.00 $ 368.00 $ 15.00 $ 120.00 16 580-1-1-LM • LM LIRIOPE MUSCARPSUPER BLUE'-LILYTURF; #1 GAL., 16" X 16" HT/SPR, 18" O.C. EA 1,273 $ 5.70 $ 7.256.10 $ 7.70 $ 9.802.10 $ 15.00 $ 19,095.00 $ 8.00 $ 10,184.00 $ 8.50 $ 10,820.50 17 580-1-1-MC • MC MUHLENBERGIA CAPILLARIS - MUHLY GRASS; #3 GAL; 18" X 18" MIN.; 30" O.C.; FULL EA 173 $ 11.40 $ 1,972.20 $ 14.00 $ 2,422.00 $ 18.00 $ 3,114.00 $ 13.00 $ 2,249.00 $ 15.00 $ 2,595.00 18 580.1.1RL • RL RONDELETIA LEUCOPHYLLA - PANAMA ROSE; #3 GAL; 20" X 20" MIN.; T O.C.; FULL EA 27 $ 10.26 $ 277.02 $ 14.00 $ 378.00 $ 19.00 1 $ 513100 $ 18.00 $ 486.00 $ 18.00 $ 486.00 Opened by: Zachary Scheid Opened on: November 17, 2025, 3:00pm Wittnessed by: Dania Guerrero Pamela Lulich -project Manager Zachary Scheid - Procurement Strategist Notifications Sent: 3598 Views: 944 Bids Recieved:4 CATEGORY I. US 41 (SR90) TAMIAMI TRAIL EAST (Davis Blvd. (SR84)(MP 12.859) to Courthouse Shad- Pl. (MP 14.359), CCPN 31112.5 - Landscape Hannula Landscaping and Superior Landscaping & Lawn P&T Lawn & Tractor Service, Improvements Irrigation Inc. VisualScape, Inc. Service Inc. Inc. Engineer's Estimate LINE BID ITEM SYMBOL DESCRIPTION UNIT QTY UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST ITEM NUMBER 19 580-1-1-SJ " SJ STACHYTARPHETA JAMAICENSIS - BLUE PORTERWEED; #3 GAL; 24" X 24"; 4' OC.; FULL EA 306 $ 14.85 $ 4,544.10 $ 20.00 $ 6,120.00 $ 19.00 $ 5,814.00 $ 18.00 $ 5,508.00 $ 18.00 $ 5,508.00 20 580-1-1-SR" SR STRELITZIA REGINAE - ORANGE BIRD OF PARADISE; #15 GAL; TX T; 5' O.C.; 3 PPP MIN.; FULL EA 40 $ 125.50 $ 5,020.00 $ 125.00 $ 5,000.00 $ 90.00 $ 3,600.00 $ 185.00 $ 7,400.00 $ 45.00 $ 1,800.00 HANDROANTHUS CHRYSOTRICHA- GOLDEN TRUMPET; 5.5" CAL; 114' OA X z8' SPR; z50"DIA. ROOT 21 580-1-2-HC HC BALL; F.G. B&B, OR FLA. G&S #1 GRADE 200 GAL. SIZE CONTAINER, TO INCLUDE MODEL 68 DUCKBILL EA 2 $ 798.00 $ 1,596.00 $ 1,900.00 $ 3,800.00 $ 4,500.00 $ 9,000.00 $ 11500.00 $ 3,000.00 $ 1,750.00 $ 3,500.00 ANCHORING SYSTEM. HANDROANTHUS IMPETIGINOSA'IPE' - PURPLE TRUMPET; 5.5" CAL; z14' OA X z8' SPR.; z50" DIA. ROOT 22 580-1-2-HI • HI BALL; F.G. B&B, OR FLA. G&S #1 GRADE 200 GAL. SIZE CONTAINER, TO INCLUDE MODEL 68 DUCKBILL EA 1 $ 2,166.00 $ 2.166.00 $ 1,900.00 $ 1.900.00 $ 2,133.91 $ 2,133.91 $ 1,500.00 $ 1,500.00 $ 1,750.00 $ 1.750.00 ANCHORING SYSTEM. 23 580-1-2-LS" LS LAGERSTROEMIA SPECIOSA- QUEEN'S CRAPE MYRTLE; 4" CAL; 9' OA X 5' SPR; 40" DIA. ROOT BALL; EA 5 $ 2,223.00 $ 11,115.00 $ 2,100.00 $ 10,500.00 $ 2,300.00 $ 11,500.00 $ 2,400.00 $ 12,000.00 $ 1,100.00 $ 5,500.00 F.G. B&B, OR FLA. G&S #1 GRADE 100 GAL. SIZE CONTAINER 24 580-1-2-LIM" LIM LAGERSTROEMIA X'MUSKOGEE'-CRAPE MYRTLE; 1#30 GAL.; 8'-10'X4'-5'; STANDARD EA 2 $ 308.00 $ 616.00 $ 400.00 $ 800.00 $ 800.00 $ 1,600.00 $ 425.00 $ 850.00 $ 500.00 $ 1,000.00 25 580-1-2-ED" ED ELAEOCARPUS DECIPIENS -JAPANESE BLUEBERRY TREE, 3" CAL; >B' OA. HT. X>4' SPR; z36., DIA. EA27 $ 970.00 $ 26,190.00 $ 650.00 $ 17,550.00 $ 1,200.00 $ 32,400.00 $ 715.00 $ 19,305.00 $ 1,125.00 $ 30,375.00 ROOT BALL OR z65 GAL STANDARD. 26 580-1-2-QC" QC QUERCUS VIRGINIANA'CATHEDRAL' - LIVE OAK; 5" CAL; 115' OA X z8' SPR; 144" DIA. ROOT BALL; F.G. EA 4 $ 1,540.00 $ 6.160.00 $ 1,800.00 $ 7.200.00 $ 1,200.00 $ 4,800.00 $ 1,850.00 $ 7,400.00 $ 1,500.00 $ 6,000.00 B&B, OR FLA. G&S #1 GRADE 100 GAL. SIZE CONTAINER 27 580-1-2-TR' TR B&BRINAX RADIATA- FLORIDA THATCH PALM; 8' OA. HT.; z24" DIA. ROOT BALL; 1 STEM; 6 LEAFLETS; F.G. EA 41 $ 798.00 $ 32,718.00 $ 680.00 $ 27,880.00 $ 1,000.00 $ 41,000.00 $ 1,050.00 $ 43,050.00 $ 750.00 $ 30,750.00 28 580.1.2-TR4 • TR4 THRINAX RADIATA - FLORIDA THATCH PALM; 4'-8' OA. HT.; z24" DIA. ROOT BALL; 3 STEMS 4', 6' & 8' HITS.; 21 $ 912.00 $ 19,152.00 $ 850.00 $ 17,850.00 $ 1,200.00 $ 25,200.00 $ 975.00 $ 20,475.00 $ 1,250.00 $ 26,250.00 6 LEAFLETS PER STEM; F.G. B&B 29 580-1-MULCH" WOOD MULCH - PINE WOOD SPECIALTY MULCH AT 3" DEPTH PER NOTES; 2 CU. FT. BAGS; ESTIMATED EA 3,644 $ 9.43 $ 34,362.92 $ 10.50 $ 38,262.00 $ 9.00 $ 32,796.00 $ 12.50 $ 45,550.00 $ 8.00 $ 29,152.00 8 SQ. FT. PER BAG 30 FDOT 580-9-2 LANDSCAPE -PALM, COMPLETE REMOVAL, 14' AND GREATER OF CLEAR TRUNK EA 6 $ 1,206.00 $ 7,236.00 $ 350.00 $ 2,100.00 $ 800.00 $ 4,800.00 $ 1,150.00 $ 6,900.00 $ 1,500.00 $ 9,000.00 31 FDOT 580-9-10 LANDSCAPE -TREE, PARTIAL REMOVAL LESS STUMP, ABOVE GROUND PORTION ONLY PER PLAN EA 4 $ 1,167.00 $ 4.668.00 $ 250.00 $ 1,000.00 $ 800.00 $ 3,200.00 $ 500.00 $ 2,000.00 $ 150.00 $ 600.00 NOTES, 1" TO 8" DBH 32 FDOT 580-9-11 LANDSCAPE -TREE, COMPLETE REMOVAL, B" TO 24" DBH EA 2 $ 2,647.00 $ 5,294.00 $ 800.00 $ 1.600.00 $ 2,500.00 $ 5,000.00 $ 2,450.00 $ 4,900.00 $ 1,500.00 $ 3,000.00 Cr-, ­5" DBH) INCLUDES TRANSPLANTING OF TREE TO NEW SITE WITHIN PROJECT LIMITS, TRANSPORTATION, EXCAVATION, INSTALLATION, INITIAL WATERING & INTIAL ESTABLISHMENT 33 FDOT 581-1-4 WATERING, MULCHING, BRACING AND ESTABLISHMENT COSTS. TO INCLUDE SUPPLYING, EA 8 $ 1,190.00 $ 9,520.00 $ 950.00 $ 7,600.00 $ 1,800.00 $ 14,400.00 $ 4,995.00 $ 39,960.00 $ 450.00 $ 3,600.00 TRANSPORTING, LACEMENT AND COMPACTION OF BACKFILL INTO EXISTING TREE RELOCATION PITS P ON ROW'S AND MEDIANS AND AS ADDITIONAL SOIL BACKFILL FOR TRANSPLANT PITS. LOCAL CLEAN NATIVE TOPSOIL WILL MEET THIS PAY ITEM. (Palms, < 14' of Clear Trunk) INCLUDES TRANSPLANTING OF PALM TO NEW SITE WITHIN PROJECT LIMITS, TRANSPORTATION, EXCAVATION, INSTALLATION, INITIAL WATERING & INTIAL ESTABLISHMENT 34 FDOT 581-1-1 WATERING, MULCHING, BRACING AND ESTABLISHMENT COSTS. TO INCLUDE SUPPLYING, TRANSPORTING, PLACEMENT AND COMPACTION OF BACKFILL INTO EXISTING TREE RELOCATION PITS EA 3 $ 2,297.00 $ 6,891.00 $ 550.00 $ 1,650.00 $ 400.00 $ 1,200.00 $ 4,250.00 $ 12,750.00 $ 300.00 $ 900.00 ON ROWS AND MEDIANS AND AS ADDITIONAL SOIL BACKFILL FOR TRANSPLANT PITS. LOCAL CLEAN NATIVE TOPSOIL WILL MEET THIS PAY ITEM. CATEGORY I. SUBTOTAL: $ 446,409.53 $ 409,562.20 $ 546,197.41 $ 558,451.60 $ 405,554.09 Opened by: Zachary Scheid Opened on: November 17, 2025, 3:00pm Wiltnessed by: Dania Guerrero Pamela Lulich -project Manager Zachary Scheid - Procurement Strategist Notifications Sent: 3598 Views: 944 Bids Recieved:4 CATEGORY II. US 41 (SR90) TAMIAMI TRAIL EAST (Davis Blvd. (SR84)(MP 12.859) to Espinal Blvd. (MP 14.369), CCPN 31112.5 - Irrigation Improvements Hannula Landscaping and VisualScape, Inc. Superior Landscaping & Lawn P&T Lawn & Tractor Service, Engineer's Estimate Irrigation Inc. Service Inc. Inc. LINE BID ITEM DESCRIPTION UNIT QTY UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST ITEM NUMBER EXISTING IRRIGATION SYSTEM ON SITE REVIEW: PERFORM ON SITE INVESTIGATION TO CONFIRM EXISTING SYSTEM COMPONENTS AND VARIFY VIABLE FOR USE,(e,g, VALVE LOCATIONS, VALVE WIRE LOCATIONS, SPLICE 1 590.70' BOXES, MAIN LINE LOCATIONS) TO INCLUDE WIRE TRACING AND EXCAVATION TO LOCATE UNDERGROUND MAIN US 1 $ 8,303.00 $ 8,303.00 $ 20,150.00 $ 20,150.00 $ 16,011.40 $ 16,011.40 $ 12,320.00 $ 12,320.00 $ 10,000.00 $ 10,000.00 LINES, LATERAL PIPING, & SERVICE TEE COMPONENTS. EXCAVATION OF EXISTING SLEEVES TO BE USED IS IN A SPEARATE LINE ITEM. IRRIGATION CONTROLLER VALVE WIRING: REVIEW EXISTING & CONNECT ALL LOW VOLTAGE VALVE WIRING AND 2 590-70' TEST SYSTEM. VALVE WIRING TO BE 100% OPERATIONAL. REFER TO NOTES, SPECIFICATIONS AND DETAILS EA 4 $ 1,245.00 $ 4,980.00 $ 7,000.00 $ 28.000.00 $ 5,000.00 $ 20,000.00 $ 4,150.00 $ 16,600.00 $ 750.00 $ 3.000.00 FOR REQUIRED COMPONENTS. COORDINATION WITH COUNTY IRRIGATION STAFF REQUIRED. INSTALL PICCOLO-XR 4/4 DC IRRIGATION CONTROLLER ON CONCRETE POST TO INCLUDE ALL COMPONENTS AS 3 590-70 PER DETAIL (SHEET LD-84), CONNECT ALL LOW VOLTAGE VALVE WIRING AND TEST SYSTEM TO BE 100% EA 1 $ 2,500.00 $ 2.500.00 $ 7,500.00 $ 7,500.00 $ 15,000.00 $ 15,000.00 $ 2,950.00 $ 2,950.00 $ 2,500.00 $ 2,500.00 OPERATIONAL. REFER TO NOTES, SPECIFICATIONS AND DETAILS FOR REQUIRED COMPONENTS. COORDINATION WITH COUNTY IRRIGATION STAFF REQUIRED. COUNTY TO PROVIDE PICCOLO AND ANTENNA. 4 590-70' FURNISH & INSTALL SLEEVES: 4" PVC SCH. 40 SOLVENT WELD IRRIGATION SLEEVE PIPING BY TRENCHING. SEE LF 30 $ 8.18 $ 244.80 $ 50.00 $ 1,500.00 $ 16.00 $ 480.00 $ 50.00 $ 1,500.00 $ 10.00 $ 300.00 PLAN NOTES AND DETAILS. 5 590-70' FURNISH & INSTALL SLEEVES: 2" PVC SCH. 40 SOLVENT WELD IRRIGATION SLEEVE PIPING BY TRENCHING. SEE LF 50 $ 3.08 $ 154.00 $ 45.00 $ 2.250.00 $ 8.00 $ 400.00 $ 45.00 $ 2,250.00 $ 8.00 $ 400.00 PLAN NOTES AND DETAILS. 6 590-70' FURNISH & INSTALL MAINLINE: 2" PVC SCH. 40 SOLVENT WELD IRRIGATION PIPING WITH DUCTILE IRON PIPE LF 380 $ 29.00 $ 11,020.00 $ 12.00 $ 4,560.00 $ 9.00 $ 3,420.00 $ 14.50 $ 5,510.00 $ 25.00 $ 9,500.00 FITTINGS & JOINT RESTRAINTS. BY TRENCHING, SEE PLAN NOTES AND DETAILS. 7 590-70' FURNISH & INSTALL MAIN LINE: 1.25" TO 1.5" PVC SCH. 40 SOLVENT WELD IRRIGATION PIPING WITH DUCTILE IRON LF 50 $ 31.40 $ 1,570.00 $ 11.00 $ 550.00 $ 9.00 $ 450.00 $ 14.00 $ 700.00 $ 15.00 $ 750.00 PIPE FITTINGS & JOINT RESTRAINTS. BY TRENCHING, SEE PLAN NOTES AND DETAILS. 8 590-70' FURNISH & INSTALL MAIN LINE: 2" HDPE IRRIGATION PIPING WITH HDPE TO PVC FITTINGS & JOINT RESTRAINTS. LF 30 $ 21.50 $ 645.00 $ 100.00 $ 3.000.00 $ 28.00 $ 840.00 $ 18.50 $ 555.00 $ 25.00 $ 750.00 BY TRENCHING, SEE PLAN NOTES AND DETAILS. 9 590-70 - FURNISH & INSTALL: 2" HDPE-CLASS 150 SDR11 TO PVC PIPING MECHANICAL JOINTS WITH RESTRAINTS EA 4 $ 375.00 $ 1,500.00 $ 900.00 $ 3,600.00 $ 300.00 $ 1,200.00 $ 800.00 $ 3,200.00 $ 550.00 $ 2,200.00 FURNISH & INSTALL LATERAL ZONE PIPING: 3/4" TO 2" PVC SCH. 40 SOLVENT WELD IRRIGATION PIPE AND 10 590-70' FITTINGS FROM ZONE VALVES TO SPRINKLERS OR BUBBLER LOCATIONS BY TRENCHING, SEE PLAN NOTES, SPECIFICATIONS AND DETAILS. SIZE PIPE FOR PROPER FLOWS AS RECOMMENDED IN THE PIPE SIZING LF 8,500 $ 1.17 $ 9,945.00 $ 4.00 $ 34.000.00 $ 8.50 $ 72,250.00 $ 16.00 $ 136,000.00 $ 5.50 $ 46,750.00 SCHEDULE. FURNISH & INSTALL BUBBLER FLEX PIPING: 3/4" TO 1/2" TORO SUPER FUNNY PIPE AND FITTINGS FROM ZONE 11 590-70' PVC LATERAL PIPING TO BUBBLER LOCATION & AROUND TREE ROOT BALL BY TRENCHING. INCLUDES LF 1,800 $ 0.88 $ 1,584.00 $ 4.20 $ 7,560.00 $ 3.00 $ 5,400.00 $ 8.50 $ 15,300.00 $ 9.00 $ 16,200.00 GALVANIZED U-SHAPE PIPE PINS AT TEES & BUBBLERS, SEE PLAN NOTES, SPECIFICATIONS AND DETAILS. (ESTIMATED FLEX PIPING FOR 2 BUBBLER LOCATIONS-8 L.F. & FOR 4 BUBBLER LOCATIONS-12 L.F. PER TREE. REMOVE EXISTING VALVES & REPLACE WITH 1.25" VALVES: TORO 220G-27-05, 1.25" 220 SERIES BRASS ELECTRIC AC SOLENOID VALVE WITH PRESSURE REGULATOR, 1.5" PVC SCH. 80 ISOLATION BALL VALVE ALL IN MCLEAN 12 590.70 • HIGHLINE JUMBO VALVE BOXES NOMINAL, 14" X 20" X 12". LID TO READ "IRRIGATION". TO INCLUDE JUMBO SIZE 6" EA 29 $ 2,064.00 $ 59,856.00 $ 1,250.00 $ 36,250.00 $ 1,400.00 $ 40,600.00 $ 1,250.00 $ 36,250.00 $ 2,250.00 $ 65,250.00 HT. VALVE BOX EXTENSIONS AS NEEDED. REMOVED VALVES TO BE RETURNED TO COUNTY AT 4800 DAVIS BLVD. FACILITY. REMOVE EXISTING VALVES & REPLACE WITH 1.50" VALVES: TORO 220G-27-06, 1.50" 220 SERIES BRASS ELECTRIC AC SOLENOID VALVE WITH PRESSURE REGULATOR, 2" PVC SCH. 80 ISOLATION BALL VALVE ALL IN MCLEAN 13 590-70' HIGHLINE JUMBO VALVE BOXES NOMINAL, 14" X 20" X 12". LID TO READ "IRRIGATION". TO INCLUDE JUMBO SIZE 6" EA 2 $ 2,241.00 $ 4,482.00 $ 1,400.00 $ 2,800.00 $ 1,500.00 $ 3,000.00 $ 1,300.00 $ 2,600.00 $ 2,450.00 $ 4,900.00 HT. VALVE BOX EXTENSIONS AS NEEDED. REMOVED VALVES TO BE RETURNED TO COUNTY AT 4800 DAVIS BLVD. FACILITY. FURNISH & INSTALL: TORO 220G-27-05, 1.25" 220 SERIES BRASS ELECTRIC (6)-AC AND (3)-DC SOLENOID VALVE 14 590.70 • WITH PRESSURE REGULATOR, 1.5" PVC SCH. 80 ISOLATION BALL VALVE ALL IN MCLEAN HIGHLINE JUMBO VALVE BOXES NOMINAL, 14" X 20" X 12". LID TO READ "IRRIGATION". TO INCLUDE SERVICE LINE CONNECTION & JUMBO EA 9 $ 2,064.00 $ 18,576.00 $ 2,200.00 $ 19,800.00 $ 1,400.00 $ 12,600.00 $ 1,450.00 $ 13,050.00 $ 2,150.00 $ 19,350.00 SIZE 6" HT. VALVE BOX EXTENSIONS AS NEEDED. FURNISH & INSTALL: TORO 220G-27-06, 1.50" 220 SERIES BRASS ELECTRIC AC SOLENOID VALVE WITH PRESSURE 15 590-70' REGULATOR, 2" PVC SCH. 80 ISOLATION BALL VALVE ALL IN MCLEAN HIGHLINE JUMBO VALVE BOXES NOMINAL, 14" X 20" X 12". LID TO READ "IRRIGATION". TO INCLUDE SERVICE LINE CONNECTION & JUMBO SIZE 6" HT. VALVE EA 2 $ 2,241.00 $ 4,482.00 $ 2,350.00 $ 4,700.00 $ 1,500.00 $ 3,000.00 $ 1,650.00 $ 3,300.00 $ 2,350.00 $ 4,700.00 BOX EXTENSIONS AS NEEDED. REMOVE & REPLACE: EXISTING SPRAY TYPE SPRINKLERS WITH TORO 570Z SERIES SPRAYS 570Z PRX MODEL 16 590.70 • 570Z-12P-LPSI-PRX WITH MPR-PLUS AND TVAN SPRAY NOZZLES. RADIUS AND COVERAGE PATTERN VARY. INCLUDES FLEX PIPE AND FITTINGS, SEE PLAN NOTES, SPECIFICATIONS AND DETAILS. REMOVED SPRINKLERS EA 373 $ 93.00 $ 34,689.00 $ 90.00 $ 33,570.00 $ 80.00 $ 29,840.00 $ 49.50 $ 18,463.50 $ 115.00 $ 42,895.00 TO BE RETURNED TO COUNTY AT 4800 DAVIS BLVD. FACILITY. CATEGORY I. US 41 (SR90) TAMIAMI TRAIL EAST (Davis Blvd. (SR84)(MP 12.859) to Espinal Blvd. (MP 14.359), CCPN 31112.5" Irrigation Improvements Hannula Landscaping and VisualScape, Inc. Superior Landscaping & Lawn PST Lawn & Tmctar Service, Engineer's Estimate Irrigation Inc. Service Inc. Inc. LINE BID ITEM DESCRIPTION UNITS QTY UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST ITEM NUMBER REMOVE & REPLACE: EXISTING ROTOR TYPE SPRINKLERS WITH TORO T5 SERIES NON-RAPIDSET 12" POP-UP 17 590-70' ROTOR MODEL # T5HP WITH 1.5, 30 OR 6.0 REGULAR NOZZLES. INCLUDES FLEX PIPE AND FITTINGS, SEE PLAN EA 18 $ 139.50 $ 2,511.00 $ 175.00 $ 3,150.00 $ 130.00 $ 2,340.00 $ 59.50 $ 1,071.00 $ 150.00 $ 2,700.00 NOTES, SPECIFICATIONS AND DETAILS. REMOVED SPRINKLERS TO BE RETURNED TO COUNTY AT 4800 DAVIS BLVD. FACILITY. FURNISH & INSTALL: ROTOR TYPE SPRINKLERS WITH TORO T5 SERIES NON-RAPIDSET 12" POP-UP ROTOR 18 590-70 • MODEL # TSHP WITH 1.5, 3.0 OR 6.0 REGULAR NOZZLES. INCLUDES FLEX PIPE AND FITTINGS, SEE PLAN NOTES, EA 14 $ 139.50 $ 1,953.00 $ 130.00 $ 1,820.00 $ 120.00 $ 1,680.00 $ 62.00 $ 868.00 $ 180.00 $ 2,520.00 SPECIFICATIONS AND DETAILS. FURNISH & INSTALL: TORO 570Z SERIES SPRAYS 570Z PRX MODEL 570Z-12P.LPSI-PRX WITH MPR -PLUS AND 19 590.70 • TVAN SPRAY NOZZLES. RADIUS AND COVERAGE PATTERN VARY. INCLUDES FLEX PIPE AND FITTINGS, SEE PLAN EA 119 $ 77.50 $ 9,222.50 $ 110.00 $ 13,090.00 $ 70.00 $ 8,330.00 $ 52.00 $ 6,188.00 $ 105.00 $ 12,495.00 NOTES, SPECIFICATIONS AND DETAILS. FURNISH & INSTALL VALVE WIRE CONDUITS: 3/4" TO 2" DIA. SCH. 40 PVC GRAY CONDUIT WITH 90 DEGREE 20 590-70' SWEEPS AT VALVE WIRING PULL / JUNCTION BOX LOCATIONS. SEE NOTES, SPECIFICATIONS AND DETAILS FOR LF 400 $ 15.80 $ 6.320.00 $ 9.50 $ 3.800.00 $ 12.00 $ 4,800.00 $ 20.75 $ 8,300.00 $ 15.00 $ 6.000.00 INSTALLATION REQUIREMENTS. CONDUIT SIZE WILL VARY BASED UPON WIRE SIZE AND AMOUNT OF RUNS. FURNISH & INSTALL: MCLEAN HIGHLINE VALVE BOXES FOR SPLICE BOXES & VALVE WIRE CONDUIT TERMINALS, 21 590.70 • (STANDARD SIZE), NOMINAL SIZE TO BE 11"X 16" X 12". LID LABEL TO READ "IRRIGATION". TO INCLUDE 6" HT. EA 24 $ 570.00 $ 13,680.00 $ 900.00 $ 21,600.00 $ 1,300.00 $ 31,200.00 $ 145.00 $ 3,480.00 $ 400.00 $ 9,600.00 BOX EXTENSIONS AS NEEDED. Opened by: Zachary Scheid Opened on: November 17, 2025, 3:00pm Wiltnessed by: Dania Guerrero Pamela Lulich -project Manager Zachary Scheid - Procurement Strategist Notifications Sent: 3598 Views: 944 Bids Recieved:4 FURNISH & INSTALL TWO BUBBLER HEAD LOCATIONS: (2) TORO MODEL No. F6200ADJPC, PRESSURE COMPENSATING FLOOD BUBBLERS. TWO BUBBLER HEADS PER LOCATION BASED UPON TREE TYPE, (E.G. EA 117 19.20 $ 2,246.40 80.00 9.360.00 60.00 $ 7,020.00 $ 95.00 11,115.00 $ 40.00 $ 4.680.00 22 590-70 THATCH PALMS, FOXTAIL PALMS, CRAPE MYRTLES, MAST TREES REQUIRE TWO FLOOD BUBBLERS PER $ $ $ $ $ LOCATION.) FURNISH & INSTALL FOUR BUBBLER HEAD LOCATIONS: (4) TORO MODEL No. FB200ADJPC, PRESSURE COMPENSATING FLOOD BUBBLERS. FOUR BUBBLER HEADS PER LOCATION BASED UPON TREE TYPE, (E.G. 23 590-70' ROYAL PALMS, OAK TREES, QUEEN'S CRAPE MYRTLE, TRUMPET TREES REQUIRE FOUR FLOOD BUBBLER PER EA 65 $ 19.20 $ 1,248.00 $ 160.00 $ 10,400.00 $ 57.00 $ 3,705.00 $ 105.00 $ 6,825.00 $ 60.00 $ 3,900.00 LOCATION.) FURNISH & INSTALL: GREEN (RPM) REFLECTIVE PAVEMENT MARKERS ON TOP OF CURBING AT EACH VALVE OR 24 590-70' GROUP OF VALVES. ONE ON EACH SIDE OF MEDIAN CURBING. EPDXY SET PER FOOT PAVEMENT MARKER EA 8 $ 83.20 $ 665.60 $ 140.00 $ 1,120.00 $ 300.00 $ 2,400.00 $ 45.00 $ 360.00 $ 125.00 $ 1.000.00 SPECIFICATIONS. • FURNISH & INSTALL: VALVE CONTROL WIRE, AWG 10 GA. WIRE (COMMON WHITE, ACTIVATION RED, SPARE BLUE) 25 590.70 SOLID COPPER INSULATED SUITABLE FOR DIRECT BURIAL LF 180 $ 1.58 $ 284.40 $ 1.80 $ 324.00 $ 10.00 $ 1,800.00 $ 8.00 $ 1,440.00 $ 2.50 $ 450.00 FURNISH & INSTALL: VALVE CONTROL WIRE, AWG 12 GA. WIRE (COMMON WHITE) SOLID COPPER INSULATED 26 590-70' SUITABLE FOR DIRECT BURIAL LF 1,764 $ 0.92 $ 1,622.88 $ 1.70 $ 2,998.80 $ 10.00 $ 17,640.00 $ 7.00 $ 12,348.00 $ 1.50 $ 2,646.00 • FURNISH & INSTALL: VALVE CONTROL WIRE, AWG 14 GA. WIRE (ACTIVATION RED) SOLID COPPER INSULATED 27 590-70 SUITABLE FOR DIRECT BURIAL LF 7,474 $ 0.63 $ 4,708.62 $ 1.50 $ 11,211.00 $ 8.00 $ 59,792.00 $ 6.00 $ 44,844.00 $ 0.65 $ 4,858.10 • FURNISH & INSTALL: VALVE CONTROL WIRE, AWG 14 GA. WIRE (SPARE BLUE) SOLID COPPER INSULATED 28 590-70 SUITABLE FOR DIRECT BURIAL LF 875 $ 0.63 $ 551.25 $ 1.50 $ 1,312.50 $ 7.00 $ 6,125.00 $ 6.00 $ 5,250.00 $ 0.65 $ 568.75 • FURNISH & INSTALL: MAIN FLUSH / BLOW OFF ASSEMBLIES PER PLAN NOTES & DETAILS. SIZES TO BE 1" DIA.,TO 29 590-70 INCLUDE JUMBO SIZE BOXES & 6" HT. BOX EXTENSIONS AS NEEDED. EA 1 $ 382.00 $ 382.00 $ 1,500.00 $ 1.500.00 $ 1,500.00 $ 1,500.00 $ 1,250.00 $ 1,250.00 $ 550.00 $ 550.00 FURNISH & INSTALL: OMNI MARKERS MODEL 168, NON -POTABLE WATER, PURPLE, FREQUENCY 66.35 kHz, 50' 30 590-70- O.C. ALONG MAIN LINE WITH NO WIRING; AT ENDS OF DIRECTIONAL BORES AND AT MECHANICAL JOINTS. SEE EA 10 $ 83.00 $ 830.00 $ 250.00 $ 2,500.00 $ 500.00 $ 5,000.00 $ 65.00 $ 650.00 $ 50.00 $ 500.00 NOTES, SPECIFICATIONS AND DETAILS FOR INSTALLATION REQUIREMENTS. FURNISH & INSTALL SERVICE TEE ASSEMBLY: 1.25" TO 2" DIA., AT NEW VALVES & VALVE SIZE INCREASE • LOCATIONS BASED UPON FLOW REQUIREMENTS; DUCTILE IRON PIPE FITTINGS, JOINT RESTRAINTS, PVC SCH. 40 31 590.70 SOLVENT WELD PIPING, CONNECTIONS FOR TAPS TO EXISTING SERVICE LINES, NEW SERVICE TEES AND/OR EA 14 $ 383.00 $ 5,362.00 $ 1,700.00 $ 23,800.00 $ 1,500.00 $ 21,000.00 $ 1,950.00 $ 27,300A0 $ 750.00 $ 10,500.00 NEW SERVICE LINES BASED UPON GPM FLOW REQUIRED AT VALVES. REMOVE & CAP: EXISTING ZONE VALVES. TO INCLUDE CAPPING EXISTING SOURCE LINE STUBBED UP INTO 32 590-70. MCLEAN HIGHLINE 10" DIA. PLASTIC VALVE BOX WITH FILTER CLOTH & 3" DEPTH OF #89 GRAVEL IN BOTTOM OF EA 7 $ 269.00 $ 1,883.00 $ 1,400.00 $ 9,800.00 $ 600.00 $ 4,200.00 $ 650.00 $ 4,550.00 $ 250.00 $ 1.750.00 BOX. REMOVED VALVES TO BE RETURNED TO COUNTY AT 4800 DAVIS BLVD. FACILITY. REMOVE & CAP: EXISTING PRESSURE GAUGES & QUICK COUPLER VALVES. TO INCLUDE CAPPING EXISTING SOURCE LINE STUBBED UP INTO MCLEAN HIGHLINE 10" DIA. PLASTIC VALVE BOX WITH FILTER CLOTH & 3" 33 590-70' DEPTH OF #89 GRAVEL IN BOTTOM OF BOX. REMOVED VALVES TO BE RETURNED TO COUNTY AT 4800 DAVIS EA 14 $ 327.00 $ 4,578.00 $ 1,500.00 $ 21,000.00 $ 500.00 $ 7,000.00 $ 625.00 $ 8,750.00 $ 250.00 $ 3,500.00 BLVD. FACILITY. EXISTING IRRIGATION SLEEVE LOCATIONS: ELECTRONICALLY LOCATE AND EXCAVATE TO EXPOSE END OF 34 590-70' EXISTING IRRIGATION SLEEVES AND CONFIRM SLEEVES ARE OPEN FOR USE. TO INCLUDE ALL LABOR & EA 20 $ 415.00 $ 8,300.00 $ 1,300.00 $ 26,000.00 $ 300.00 $ 6,000.00 $ 1,300.00 $ 26,000.00 $ 450.00 $ 9,000.00 EQUIPMENT HOURS REQUIRED TO DO THIS WORK. 1050412-2-03' UTILITY PIPE-PE/HDPE (DIRECTIONAL BORE PER FDOT STANDARD SPECIFICATIONS SECTION 555, 2 RUNS (134 134 $ 39.00 $ 5,226.00 150.00 20,100.00 28.00 3,752.00 75.00 $ 10,050.00 75.00 10,050.00 35 L.F.) 2" HDPE IRRIGATION MAIN LINE & (134 L.F.) 2" SCH. 40 PVC WIRE CONDUIT) LF $ $ $ $ $ $ $ 36 110-4-10 REMOVAL OF EXISTING CONCRETE PAVEMENT/REMOVAL OF EXISTING CONCRETE BY 10 $ 241.00 $ 2,410.00 $ 450.00 $ 4,500.00 $ 800.00 $ 8,000.00 $ 345.00 $ 3,450.00 $ 75.00 $ 750.00 Hannula Landscaping and Superior Landscaping & Lawn P&7 Lawn & Tractor Service, CATEGORY II. US 41 (SR90) TAMIAMI TRAIL EAST (Davis Blvd. (SR84)jMP 12.859) to Espinal Blvd. (MP 14.359), CCPN 31112.5 - Irrigation Improvements Irrigation Inc. VisualScape, Inc. Service Inc. Inc. Engineer's Estimate LINE BID ITEM DESCRIPTION UNITS CITY UNIT COST TOTAL COST UNITCOST TOTALCOST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST ITEM NUMBER CONCRETE SIDEWALK AND DRIVEWAYS, 6" THICK, (3,000 PSI), (PER FDOT STANDARD SPECIFICATIONS, 37 522-2' SECTIONS 522 AND STANDARD PLANS 522-001 & 522-002 SY 10 $ 360.00 $ 3,600.00 $ 700.00 $ 7,000.00 $ 700.00 $ 7,000.00 $ 1,950.00 $ 19,500.00 $ 125.00 $ 1,250.00 FURNISH & INSTALL: CITY OF NAPLES APPROVED 1.5" DIA. BACKFLOW PREVENTER WITH ALL CONNECTIONS 38 590-70 AND COMPONENTS. COORDINATE WITH CITY OF NAPLES AND COUNTY STAFF FOR PERMITTING AND EA 1 $ 6,000.00 $ 6,000.00 $ 3,000.00 $ 3,000.00 $ 2,500.00 $ 2,500.00 $ 6,500.00 $ 6,500.00 $ 2,500.00 $ 2,500.00 INSTALLATION OF WATER METER AND BACKFLOW PREVENTER CATEGORY It. SUBTOTAL: $ 248,115.45 $ 409,176.30 $ 437,275.40 $ 480,637.50 $ 321,212.85 CATEGORY III. US 41 (SR90) TAMIAMI TRAIL EAST (Davis Blvd. (SR84)(MP 12.859) to Espinal Blvd. (MP 14.359), CCPN 31112.5 - BONDS Hannula Landscaping and I VlsualScape, Inc. I Supedor Landscaping 8 Lawn P87 Lawn &Tractor Service, I Engineer's Estimate Irrigation Inc. Service Inc. Ine. LINE BID ITEM ITEM NUMBER DESCRIPTION UNITS Q.1UNIT COST I TOTAL COST I UNIT COST I TOTAL COST UNIT COST I TOTAL COST UNIT COST I TOTAL COST I UNIT COST I TOTAL COST 1 PUBLIC PERFORMANCE AND PAYMENT BOND PREMIUMS I LS I 1 1 $ 8,900.00 $ 8,900.00 1 $ 11,100.00 $ 11,100.00 1 $ 29,504.18 $ 29,504.18 1 $ 31,172.67 1 $ 31,172.67 1 $ 21,803.01 1 $ 21,803.01 CATEGORY I, II & III TOTAL BID AMOUNT: $ 703,424.98 $ 829,838.50 $ 1,012,976.99 $ 1,070,261.77 $ 748,569.95 1. 1') - INDICATES ITEMS NORMALLY REQUIRING SUBMITTALS, SHOP DRAWINGS, PHOTOS, SAMPLES, AND/OR PLANS. 2. (ESTIMATED UNIT MEASUREMENTS, SEE SHEET LD-6 "GENERAL NOTES AND INSTRUCTIONS TO BIDDERS" NOTE No. 11). Hannula Landscapingand Irrigation Inc. VisualScape Inc Superior Landscaping& Lawn Service, Inc. P&T Lawn& Tractor Service, inc REQUIRED FORMSAND DOCUMENTS Yes/No Yes/No Yes/No Yes/No Bid Schedule Yes Yes Yes Yes Bid Response Form (Form 1) Yes Yes Yes Yes Contractors Key Personnel Assigned to Project - (Form 2) Yes Yes Yes Yes Material Manufacturers (Form 3) Yes Yes Yes Yes List of Major Subcontractors (Form 4)I Yes I Yes I Yes IYes Opened by: Zachary Scheid Opened on: November 17, 2025, 3:00pm Wiltnessed by: Dania Guerrero Pamela LuIIch -project Manager Zachary Scheid - Procurement Strategist Notifications Sent: 3598 Views: 944 Bids Recieved:4 Statement of Experience of Bidder I Form 5) Yes yes yes yes Trench Safety Act Acknowledgement(Form 6) Yes Yes Yes Yes Bid Bond (Form 7) Yes Yes Yes Yes Insurance and Bonding Requirements(Form B) Yes Yes Yes Yes Conflict of Interest Affidavit (Form 9) Yes Yes Yes Yes Vendor Declaration Statement (Form 10) Yes Yes Yes Yes Immigration Affidavit Certification(Form 11) Yes Yes Yes Yes E-Verify Yes Yes Yes Yes Sm Biz Yes Yes Yes yes W-91 Yes Yes Yes Ves Addenda (1-3)1 Yes I Yes Ves Ves' License (Collier County GC WArrigation Sprinkler or State of Florida GC with Irrigation Sprinkler; AND Intermediate MOT) )I Yes I Yes Yes Yes Opened by: Zachary Scheid Opened on: November 17, 2025, 3:00pm Wiftnessed by: Dania Guerrero THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLO RIDA, ("County' or "Owner") hereby contracts wikh Han nula Lan dscaping and Irrigation, INC. ("Contractor") of t 705'I Jean Street Unit 4 Fort Myers, FL 33967, a Florida Profit Corporation, authorized to do business in the States of Florida, to perform all work ("Work") In connection with US 41 Tamfami Trail East Landscape 8. Irrigation Improvements, Invitation to Bid No. 26-83B6R ("US 49 Tamfami Trail East Landscape 8. Irrigation Improvements"), as said Work is set forth in the Plans and Specifications prepared by McGee 8. Associates, the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section �. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders, and amendments relating thereto. All of the foregoing Contract Documents era incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed ono sealed by the Design Professional, as era reasonably necessary for permitting. Section 2. Scooe of Work. Contractor ag roes to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully partorm and complete in a good and workmanlike manner the Work required by the Contract Documents. Applicable if Grant Funded. To the extent the Project is a "public works project," all iron or steel products used to pertorm the Work must ba produced in the United States, which means that all manufacturing processes, from initial malting through application of coatings, occur in the United States, other than metallurgical processes to refine steel additives. Per Section 255.0993, F.S. Contractor understands that this protect is funded in whole or in part by grant monies and ag reas to comply with all grant requirements identified In Exhibit I. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this t Gons[mcUon Sarvlcea Agreement [2025_va,.4] CAO Agreement: Seven hundred three thousand, four hundred twenty-four dollars and nlnety- elght cents ($703,424.98). Section 4. Bonds. A. If applicable, the Contractor shall provide Peformance and Payment Bonds, in the form prescribed in Exhibit B-t and B-2, in the amount of '100 % of the Contract Amount, plus any approved allowance as provided in Section 3, the costs of which are to ba paid by Contractor. Tha Peformance and Paym¢nt Bonds shall be underwritten by a su r¢ty authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meat the requirements of the Department of th¢ Treasury Fiscal Sarvica, "Companies Holding Certificates of Authority as Acceptable Sureties on Fadaral Bonds and as Acceptable Reinsurance Companies' circular. This circular may be accessed via the web at http '//F I t / tv-b d /1" t- rt"£ d- ht I. Should th¢ Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is d¢ciared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the raq uiraments imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be su bjact to the Owner's approval. C. The Sur¢ty for value received agrees that no change. extension of time, alteration or addition to the terms of the Agreement, the specifications accompanying th¢ Agreement, or to the work to be pertormad under the Agreement shall in any way affect its obligation on this bond, except as provided herein, and waive notice of any change, extension of time, alteration or addition to the terms of the Agreement or the work pertormad. The Surety agrees that modifications and changes to the terms and conditions of the Agreement that increase the total amount to 6e paid the Contractor shall automatically increase the obligation of the Surety on this - bond and notice to the Surety is not required for such increased obligation. Section 5. Contract Time and Lio ufdated �amaces. A. Time of Peformance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Data" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) cal¢ndar days from the Commencement Date. No Work shalt be p¢Aormetl at the Project site prior to the Commenc¢ment Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sol¢ risk of Contractor. Contractor shall achieve Substantial Completion within one hundred and fifty (160) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the D¢sign Professional when construction is sufficiently complete, in accordance with th¢ Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended, as more particularly defined herein at Section '16, Defined Terms. Contractor shall achieve Final Completion within thirty (30) calendar days after the date the Punch List is delivar¢d to the Contractor. Final Completion shall occur wh¢n the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used heroin and throughout the Contract Documents, z Conslmctlon Services A9�cemanC [2025_ver.4] CAO the phrase "Project Manager" refers tc the Owner's duly authorized representative and shall mean the Department Administrator or Division Diracto r, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specifed above, as said time may be atljusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, ono thousand six hundred and eighty -flue dollars ($7,685j for each calendar day thereafter until Substantial Completion is achieved. Further, in the avant Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess, and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to ba substantially completed on the data specified by the Project Manager (or at his/her direction, the Design Professional) as memorialized in the Certificate of Substantial Completion issued pursuant to the terms hereof, and as more particularly defined herein at Section 76, Defined Terms. Contractor hereby expressly waives and relinquishes any right which it may nave to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Tima Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday, or legal holiday. D. Determination of Number of Days of Default. For all contracts, the Owner will count default days in calendar days. E. Right of Collection. Tha Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Noiwith standing anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continua and to finish the Work, or any part of it, after the expiration of the Contract Tima including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work, as more particularly defined herein at Section 76, Daflnad Terms. Owner will not charge liquidated 3 Constrvctlon Services A9raamenF. [2026_ver.4] CAO damages for any delay in achieving Substantial or Final- Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notifi¢d the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled Yo final paym¢nt in accordance with the farms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extant Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non -delay ralat¢d damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incoroorated_ Exhibits Incorporated: The following documents are expressly agreed upon, attached her¢to, and made a part of this Agreement for Solicitation ITB #25-8366R "US 4t Tamiami Trail East Landscape S Irrigation Improvements." Exhibit A-t : Contractor's Bid Schedule Exhibit A-2: Contractor's Bid Submittal Forms and Addendums Exhibit A-3: Contractor's List of Kay Parson nel Assigned to the Project Exhibit B-t: Payment Bond Form 0 Not Applicable Exhibit B-2: P¢rformance Bond Form 0 Not Applicable Exhibit B-3: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D-t: Contractor Application for Payment Form Exhibit D-2: Schedule of Values Exhibit D-3: Stored Materials Record Exhibit E-t: Change Order Form Exhibit E-2 Work Directive Form Exhibit F-'I : Certificate of Substantial Completion Form Exhibit F-2: Certificate of Final Completion Exhibit F-3: Punch List Form Exhibit G-t: Final Payment Checklist Exhibit G-2: Warranty Exhibit H: General Terms and. Conditions Exhibit 1-t: Supplemental Terms and Conditions 0 Applicable ®Not Applicable Exhibit 1-2: Affidavit Regarding Labor and Services The following documents era expressly agreed to be incorporated by reference and made a part of this Agreement For Solicitation ITB #26-8366R "US 4t Tamlaml Trail East Landsca pa 8. Irrigation Improvements." Tha complete contract documents, including Addendum with attachments, are available on the County's on-line bidding system, which the parties agree comprise the final int¢grated agreement executed by the parties. ConstmcOon sam<es ggreamenc [2o25_ver.at CAO Sections corresponding to any check¢d box C ®) expressly apply to the terms of this Agreement and are available through the County's on-line bidding. DExhibit J: Technical Specifications �Exhi bit K: P¢rmits DExhibit L; Standard Details ®Exhibit M: Plans and Specifications prepared by: Michael A. MCG¢e ®Exhibit N: Environmental Health and Safety Requirements for Construction Projects Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be deemed duly served if delivered by U.S. Mail or E-mail, addressed to the following: Collier County Board of County Commissioners, FL c/o Transportation Management Services 4800 Davis Bivd Naples FL 34t04 Attn: Pamela Lulich, Manager- Landscape Operations Phone: 239-252-8924 Email: pamela.lulich@colliecgov B. All notices required or mad¢ pursuant to this Agreement by Owner to Contractor shall be made in writing and shall ba deemed duly served if daliv¢rad by U.S. Mail, or E-mail, addressed to the following: Hannula Landscaping and Irrigation, INC. t 706'1 Jean Street Unit 4 Fort Myers, FL 33967 Attn: Dale Hannula, President Phone: 239-872-6632 Email: dhannula Qhan nulalandscaping.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8. t By its ex¢cution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the farms of Section 287.133(2)(a), F.S. which reads as follows: "A person or affiliate who has bean placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.Ot7 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." 6 Construdlon Services Agr¢emanF [2025_var.4] CAO Section 9. Modification. No modification or change to the Agreement shall ba valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section '10. Successors and Assia ns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to The Agreement. Section t7. Governino Law. The Agreement shall be interpreted under, and its pertormanca governed by the laws of the States of Florida. Section '12. No Waiver. Tha failure of the Owner to enforce at any time or far any period of time any one or more of the provisions of the Agreement shall not be construed to ba and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section '13. Entire Aareement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has bean entered into or will be raco9 nized, and that all negotiations, acts, work pertormed, or payments made prior to the execution hereof shall be deemed merged in, integrated, and superseded by the Agreement. Section '14. Sevarablllty. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Section 16. Chanoe Order Authorization. The Pro)ect Manager shall have the authority on behalf of the Owner to execute all Changes Orders and Work Directive Changes to the Agreement to the extent that authority is provided for under the Owner's Procurement Ordinance, as amended, and the terms of the Contract Documents. Section '16. Construction. (i) Any do ubtfui or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra profarantum" (pursuant to which ambiguities in a contractual farm which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. (ii) Defned Terms: The following Defined Terms used in the Agreement shall be understood to ba defined as expressly sat forth below. Other terms referenced in the 6 conshucllon Services AgreemenC [2026_v¢r.4] pq0 Agreement shall be understood as they may separately be dafln¢d herein or if not so defined shall b¢ understood consistent with their natural and ordinary meaning. (a) "Application for Payment" shall m¢an the form provided by the Owner that is to be used by the Contractor in requesting a progress or final payment and which is to include such supporting documentation as is required by the Contract Documents. (b) "Construction Project" shall mean a Project, Funded by Owner funds that involves the process of building, altering, repairing, improving, or demolishing any public structure or building, or other public improvements of any kind to any real property owned or under the control of the Owner, which Work is being performed under a Construction Contract. (c) "constructton Services" shall mean all labor and materials to b¢ provided by Contractor in connection with th¢ constructton, alteration, repair, demolition, reconstruction, or any other improvements to real property. Construction Services also means Work. (d) "Contract" or "Contract Documents" shall refer to those docu ments described in Section i, subsection A of the Agreem¢nt. (e) "D¢f¢ctive" shall mean an adjective which, when modifying the Work, refers to Work that is unsatisfactory, faulty, deficient or otherwise does not conform to the Contract Documents. (fl "Department" shall mean the Department or Division initiating and managing the P roj¢ct on behalf of the Owner. (g) "Director' shall mean the Director or Administrator of the Department or Division initiating and managing the Project on behalf of the Owner. (h) "Final Acceptance" shall mean acceptance of the Work by the Owner as evidenced by the signature of the Project Manager or D¢sign Professional upon the Certificate of Final Completion form, Exhibit F-2. Final Acceptance shall be deemed to nave taken plat¢ only if and when such signature is affixed to such certificate. The Certificate of Final Completion shall b¢ signed only offer the Project Manager has assure nce by tests, inspection, or otherwise that all of the provisions of the Contract Documents have been carried out, including completion of the Punch List form, Exhibit F-3. (i) "Prof¢ssional" or "Design Professional" shall mean the professional architectural/engineering firm designated to pertorm the design, Construction Engineering and Inspection ("CEI") services, by an existing agreement, or resident in-house Owner angine¢ring services for the Work. At tim¢s, Owner staff may perform the d¢sign for fha Work in-house and shall ba considered the Professional in relation tc the Work or a particular portion of the Work. (j) "Project" shall mean the total constructton, of which the Work to be provided under the Contract Documents may be the whole or a part as indicated elsewhere in the Contract Documents. ConstnicOon Scrvlcce AgraemenC 12026_vcr.a] Cq(7 (k) "Project ManageN' shall mean an individual employed by the Owner and assigned to manage and administer the Project which is the subject of the Contract Documents. (I) "Proper Invoice" shall mean an invoice that conforms with all statutory requirements and all requirements specified in the Contract Documents. (m) "Punch List" shall mean the approved list of incomplete and/or deficient Work that shall ba completed by the Owner and Contractor after Substantial Completion but before the Final Acceptance can be certified by the Project Manager. The Punch List enumerates the items required to render complete, satisfactory and acceptable all Work by the Contractor. The Punch List is developed by the Contractor, Owner and Professional (if any) in accordance with the provisions of the Contract and within the time frames required therein. The Punch List essentially includes items of a minor nature; major items must be completed before Substantial Completion and cannot be considered to be Punch List work. (n) "Schedule of Values" shall mean a schedule snowing all activities of the Work subdivided into component parts in sufficient detail to serve as the basis for measuring quantities in place and/or calculating amounts for progress payments during construction. Tna Schedule of Values shall ba satisfactory to form and substance to the Project Manager. (o) "Substantial Completion" shall mean the status of completion of the Work which, in the opinion of the ProJact Man agar as evidenced by a daft nitiva Certificate of Substantial Completion, is complete in accordance with the Contract Documents, except for minor outstanding items listed on the Punch List. Substantial Completion includes, but is not limited to, the following occurring: ('1) the Work can ba safely utilized for the purposes for which it was intended; (2) all regulatory agency requirements are satisfied, including occupancy permits, operating certificates and similar releases, (3) all operational tasting has successfully occurred; (4) all required training nos successfully occurred; (5) ail close-out documents (such as as -built drawings, certifications, warranties, guaranties, test reports, test logs, operational manuals, etc.) have been provided by the Contractor and accepted by the Owner, and permit acceptance by permitting agencies, if applicable, sea Exhibit F-'I. (p) "Work" shall mean the Work to be pertormed under this Agreement and snail consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and for furnishing all transportation and services, including fuel, power, water, and essential communications, and for the pertormance of all labor, work, or other operations required for the fulfillment of the Agreement in strict accordance with the Specifications, schedules, Drawings, and other Contract Documents as herein daft ned, all of which are made a part Hereof, and including such detailed sketches as may be furnished by the Professional from lima to time during construction in explanation of said Contract Documents. The Work shall be complete, and all work, materials, and services not expressly shown or called for in the Contract Documents, which may be necessary for the complete and proper construction of the Work in good faith, shall be performed, furnished, and installed by the Contractor as though originally so specified or shown, at no increase in cost to the Owner. e conanvcnan semces .4ereemant: [zo2s_ver.al CAO (q) "Written Directive" shall mean a written directive and also referred to as work diractiva, as required by in Exhibit H, Section 10.1, in the form that appears in Exhibit E-2 [hat Is issued to a Contractorfrom Owner in instances where the parties cannot agraa on price and/or costs associated with work arising from differing, unforeseen or emergency site conditions and the work in question is part of the "critical path" of the contract schedule. A written directive should ultimately ba followed up with an agreed upon Change Order. A verbal Work Directive may only ba issued in extraordinary amargencies when necessary to protect and promote the public interest, which shall be followed up with a wrlttan Work Directive within five (5) business days. Section 97. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditicns shall take precedence over the farms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the Ganaral Terms and Conditions. To the extent any conflict in the terms of the Contract Documents including the Owner's Board approved Executive Summary cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall ba resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. Ramainda� of the page is /aft blank intentional/y. a construcucc ser�mes ggreemenc [zozs_..ar.a) CAS IN WITNESS WHEREOF, the parties have executed this Agreement on Ilre dates) indicated below. _ � �— __ I_4 __-.� --- ATTEST: Crystal K. Kinzal, Clerk of Courts 8. Cornptroliar I3SE Dale: Approved as to Form antl Legality: Courtly Attomay Prinl Nama CONTRACTOR: Hannula Landscaping and Irrigation, INC. B �j��..iG.F IToaivNw Print Nama and Title Data: Fa.6.z.��� as t+,.aoa6 OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA BY: Dan Kowal, Chairman Conebudlon Sarvlcas AB�e many. 12026_ver.4i G EXHIBIT A-1: CONTRACTOR'S BIO SC HEOI.ILE (FOLLOWING THIS PAGEI �� AO Cen3[fYC[lon Sarvica5 Pq faeTenF. [2026_ver.4] cUon ITB No. 23-BSBBR US 41 (SR83) TAMAIAMI TRgll `EAST LANOSGAVE 81RRIGgTION IMPROVEMENTS O SCREGULE CAO CAo GPD t� GPI :.,a.e�,iaMa,;,:�:,��.s;�o�;:e�a:�:a::.,..,,.,o,.o�,.,,,a.>�,.«P.a..............e�,_o.�,om..,. a ,.. ,., ,� .�..tta..�,.�E.,.a.�a.M,,..� a �a�„��ooa�a.e,,:�a ., ,. ,�.. ,a w,M�.�.� e�EE�,�w,�,,.�.,�., .,o�„wEE.a �ro�a��oa���EROEa x e .so.��,�oEeF a.E�,,aE.oEa.e Ea ..��M.�w.�,�.,�,�..�. m..o,.�e� GPI �� �L = i - -,_ _ L �F1 EXHIBIT A-2_ CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE) 12 construction servmea Afire®mane [zazs_ver.a] pqO FORM 1 -BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA US 41 Tamiami Trail East Landsmpa @ IrMllation ImprovemmY BID NO.26-8366R Puit Name of Bidder Hannula Landscaping end Irtigation Inc Main Business Address � 7069 Jaan Street Unit 7, Fort Myara FL 33967 Place of Business t705t Jaan 8lreel Unit 7 Fort Myers. FlorWa 3396y Laa County, Florlde Telephone No. 239-437ABBB Fax No. 2'..9437-9666 State Contractors License # tJ/A State of Florida Cartiflceta of Authority Doeumant Number PB20000tOS92 Pedmal Tax Identification Number 66-3]S70S DUNS# MGBNNY2FOAB9 CCR# oozz�z4zo To: BOARD OF COUNTY COMMISSI (h¢roinafrer caned the owner) Cage Coda > t LN4 OP COLLIER COUNTY, FLORIDA Thor undersigned, as Bidder declares the[ the only person or parties interested in this Bid m principals are those named herein, that this Bid is submitted without collusion with any other person, firm o corporation; that It hea ceraflelly examined eha location of dre proposed Work, the proposed forsn of Agrenmmt andrell oNer Contract Deoumems and Bonds, and the Contmcl Drawings and 3pee:Baetions. Bidder proposes, and agrees if fhia Bid i rx:eptad, Bidder will a ouu the Agreemmt included in the Bitlding Documents, to provide all necessary mach:mry, tools, apparatus andcothar means of conatrnction, indtWing utility and transportation a wesaery to do all the WorK, and iumish all the materials and equipment specified or rafarsed to In the Contract Docummm in the manner and time herein prescribed and according to the requirements o£ the Owner as therein set forth, thrniah the Contractor's Bonds and Insurance specified in the GeneMl Conditions of [he Contmct, and fo tlo all other things required of Bee Covtracmr by the Contract Domments, end that h will take lull pnymen[ the sums sat forth in the { Mowing Bid Sch¢dvle: Unit prices shall b¢ provided to no more than two dca-imal points, and In [h¢ cac¢ where furtlrar decimal points aro inadvertently provided, rounding to two de¢Ime1 points will be conducted by Procurem¢n[ Servleea Division stafG Upon notifcation that its Bid has been awarded, Cher Successful Bidder will oxecute [he Agreement form attached to the Bidding Documents within ten (l0) calendar days and deliver the Svra[y BOM or Bonder and insurance Cenif£wtea as required by the Contrast Documents, Tha bid aecue;ty attached :s to become the property of the Owner n the event the Agra en; Insurance Certificates and Bonds era not ezwutad and dNiwrexl to Owner within the time above set forth. ea iiy,riaataa damages. r r the delay and eddiHonat expense m the Owner, it boring recognized that, since lien¢ o{the essence, Owner will auff flnancisl loss if the Sveeeeaful Bidder fails Lo execute ens deliver to Owner the required Agreemenq [nsurence Cert:ficetea and IIonds within the required time period. In thn event of such failurq the rota) amount of Owner's damages, will be diftioult, i£not impossible, to definitely ascertain end quamify. it is hereby agreed the[ it is appropriate and {air Ihet Owner receive liquidated damages itom d.e Succesatbl Bidder in the Bvant it { jig m axeovte end deliver the Agreement, Inaurenoe Certificates, and Bonds es required hereunder. The Successful Bidder hereby expressly waives and rdingvshes any right which it may have to seek m characterize the l .FAO abov noted liquidated tlamages a a penalty, which the ptuties agree represents a t it end reasonable estimat¢ of Owner's actual damag¢s et Eae time of bidding if the Successful Bidder fails ro ¢xecute and deliver the Agreement, Insurance CerliRcates, and Bonds in a IImely manner. Upon receipt ofthe signed and eppmved agreement and Purchase Order, the und¢rsignetl proposes to wmM¢nce worn at the site within 8ve (5) ceicndar days Rom the commencement data stipulated in the wrinen Notice ro Proceed unless [heP jeer Manager, in writing, subsequently notifies the Ssscrosslbl Bidder ofamodifled (later)commencement date. The undnraigned R.Rher agrees to substantially camplaxc sll work covered by this Bid within One Hundred and Fifty (1Sg) c culive calendar days, a mputed by excluding the commencement tlete and including the lest day of such period, and to be fltlly completed to the paint of Rnal acceptance by the Owner within'I'hirty (30) conucutive calendar days after the data the Purtch List is dclivered to the Successful Bidder, computed by axoluding commencement data end including [he last day o{such period. Acceptance sad aclutowledgatl by an Autharize Ag¢nt Tvtle• Dale F. Hannula, President November t>. 2025 Gp0 FORM 2 - CONT1tACTOR'910EY PER90NNEL A99�GNED TO THE PROJEC t' US 41 Tamiami'Crai1 Eaet Landscape $irrigation ]mprove+nents Bid No. 25-8366R None Damon Himmel Construction Superintendent male Hannula /Damon Himmel Project Manngcr GPI FORM 3 - MATERIAL MANUFACTURERS THtS FORM MUST BE COMPLETED OR 8tD MAY BE DEEMED NON -RESPONSIVE All Bidders shall con5rm by signature that [hey will provide the manufacturers and materials outlined in this Bid specifications, including compliance with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in tka State ofPtorida as long as the price, timers end quality are equal. Exceptions (when equals are ecceptabia) may be requested by completing the Material Menvf omrer llxception List below. if an exception far a manufacturer and/or material is proposM and listed below end is not approved by EngineeNYrojeot Manegeq Bidder shall fltmish the manufacturer named in the apecifica[ion. Acceptance ofthts form does not conatimte acceptance of material proposed on this list. Complete and sign seo[ion A.O$8. 3ectim w (Acceptance of ell manufactures end materials in Bid specifications) On behalf of my firm, I confhm [het we will use a!1 manufactumrs and materiels as specifically outlined in the Bid specifications. Company: Hannule Ino Section B (Exception requested to Bid specifications menutsenvrere and matariala) 2. 3. 9. 5. Please insen additional pegos as necessary. company: Da[c 11-1T-2026 [>atc Gp,O FORM 4 -LIST OF MAJOR SIIBCONTRACTORS TH[S FORM MUST BE COMPLETED OR BID MAY BE DEEMED Tha undersigned stator that the following is a list of the proposed subcontractors for the major categoriw outlined in the requirements of the Bid specif£cations. lira undersigned acknowledges its responsibility for censuring that the Submntmctora for the major categories Bated herein e< •'qualified" (as defined in Procurement Ordinance and Instructions to Bidders) end meet all leget requiren><n<s applicable to and naceasitated by the Contract Docummts, including, but not limited to proper licensee, certifications, registrations aced insurance coverage. The Owner s the right to disqualify any Bidder who ncludes non -compliant or non -qualified Subcontmemrs in its bid af£er. Purther, the Owner may direr[ the Successful Bidder to remwehxplace any Subemtractor, at no additional cos[ to Owner, whioh is found to benon-compliant with this rcquiremmt either before or after the 3ssuanca o{ the Award of Contract by Owner. (Attach additional sheets as eeded). FLrthey the undercignad ecknowledSes end agrees [hat promptly altar the Award £Contract, and i cordence with the requirements of the Contract Dooumerna, the Successful Bidder shell identify all Subconttectors a in[mda to use on the Pr ject. Tne undvsigned farther agrees that atl Subcontractors subaequmtly idmtit-wd for any portion o£work on this Project must be qualified as nosed above. M jor Category of Work Subcontractor and Address 1. Blectrlcat 2. Mcehenical 3. Plumbin t ace. oyes, ri.na. sane eAntl 4. Slta Work Hennula lsndarapin 1 atlon'.'Inceb•,' S. Idantitj� other subcontractors that repreeant more than 30% of price or that affect the crit(cel path of the scM1edule Company: Hennula Lantlscapinp And IrtiBatlon, Inc. Signature: fl� � D te: 11-'17-2025 GPO FORM 5 -STATEMENT OF EXPERIENCE OF BIDDER T8I3 FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE/NON- RESPONSIBLE. The Bidder is required to provide £wa (5) p jeer roferancas, stated below, of what work of similar magrdtude completed within tfie last £ive (5) years is a judge of its experience, skill antl business standing and of its ability to conduct the work as completely and as rapidly es required under the terms of the Agreement. I Davie Bivd. Santa Barbaro To Collier (Dr jeer name) Naplaa, Flaritla (project location) Landscape, Irrigation. Sotl. Pump Statipns (project desariptlon) Co Iet Caunry 9oeN OI Ge. Cnm 2 L.ne..rara Operallon (project owner) 4800 Davis Blvd Naples FL. 34104 (Owner's address) Pamela LUIiDh Prolact Mena9ar (Owner's contact person) (HHe) 2024-2026 3 t.446.t96.00 238-263-2330 Pamela.lullch�colliarcountyfl.9ov (pr jeer sterNcompletlon dates) (wntract value) (phone) (email) 2. Lowdermilk Parh Landscape (project name) Neplea, Florida (p jeer [ecaHon) Landaeepa, In19a9on, Sod, Shall, Rail Fence (pjenc description) 20242025 $3'I &,45a.0o (project starVcompletion dates) (comract value) 3. Airport Road Landscape Improvements (eject Hama) Neplas, Flodda (pr jeer location) Lendscepa,im9ation, Site Work, Tree Removal (project description) 1'1/2�/23-OS/28/24 51,606,282.67 (pr jeer starUcompletion aatea) (wnirac[ value) City Of Naplee, Community Services Department CP jent owner) 280 Rlvareide Circle Neplas, Flodda 34102 Jlm Haa9aon Pm)eCt Mena9ar (ownw'a content parson) (title) 23B-S25-2036 lhotl9aon�napleapw.com (phone) (email) City Of Naples, Airport Authorky (pr jeer owner) t60 AvinSon Drive North Naples, Florttle 34t 04 (owrrer'a adareaa) Nosh Dietrich Prolaot Mena9ar COwner•s contact Person) (title) 238-380-0845 ntlie[rich�flyneples.com (phone) (pmaiq CPO CONT[NUAL-FORM 5- STATEMENT OF EXPER[ENCE OF B[DDER 4. Homestead Roed Lentlacapa 8 Irdgation (p jact name) Lehigh Acres. Florida (Proj wt location) Landscape, Irrigaton. Si[a Work, Electdcel (project aeacriPtion) 0.9/15/22-09/22/2022 $ 402,507'.66 (project completion date) (wntrect value) 5. Chembartin Ra-Alignment (P Jwt name) Fort Myers, Florida (p ject location) Lea County Board O! County Cemmieslonam CP Jwt owmar) 2115 Second St. Fort Myers, FL. 33901 (Owner's address) Robert DeBrock Prolact Mene9er (Owner's conmot parson) (dda) 239-633-9425 rdebrpckl�leegov.com (Phone) Cemaip Ajax PaWng Industries Of Fla. &Lee Co. POK Authodty (proJaet owner) 13350 Rickenbeekar Parkway Fort Myers. Florida 33913 (Owner's address) Landscape, Imigetion. Wall, Pump, EleciriG Sod Matt Deaotall & MNca CUlvar Project Manager (project descriptFon) (Owner'¢ contaot person) {title) 2023-2024 a669,884.00 (project completion data) (contreat value) 239-292-8076 mdaeotall�ajaxpeving.com (PhORO) (email) Company: Hannula Landscaping and Irrigation Inc Signetum: !if D ec- November 17. 2025 CAO FORM 6 -TRENCH SAFETY ACT TRENCH SAFETY AFFIDAVIT (SWORN STATEMENT) The Occupational Safety and Health Administrtion excavation safety standards, 29 CFR 1926.650 Subpart P, trench ea£ety standards, will be in effeot during the PaHod ofoonstmction of the Protect. Contractor acknowledges end issues this sworn statement that included in the Contract Price ere costs for complying with the Florida Trench Safety Act (90-96, Laws of FL) effective October 1, 1990, and hereby gives aceurance that, if awarded the Contract, the Contractor or Subcontractor performing trench a avation work on the Project will comply with the applioabl¢ trench safety sCenderds. The Contrcmr further identities Ch¢ coats es follows: T nch Safery Item.fDaecriM%onl Coat Irrigation Main Line W/ Ductile Iron Fittings 3E0 L. Fi. $29-�Q TOTAL $ 7'I .020.00 TH]S IS NOT A PAV ITEM: The purpose o£this form is to gather information on th¢ costs asapciated with trench safety and to insure that [he Contrctor has considered these costs end included them in the Total EsHmmW ease Bid and the Total EstimatM Additive Alternate Bid. Contmctor will not r¢ceive additlpnal pnyment if actual quantities diff r £rom those estimated or if the Contraotor uses a safety measux different than thdsc Ilsted. The undersigned assures that the entity will comply with the aPPlicabla Trench Saf ty Standards and agrees to indemnify end hold ham[lesa the Owner, and any of Owner`s agents or employees from any claims arising from the tailure M comply with said standard. The undersigned, in entering this Contract, reprnsanis Thai he has reviewed and considered all available geofeehnical information anA made such o[h¢r inveatigadws and teats as he may deem necessary tp adequately design [ha trench safety system it will utilize on this Project. CONTRACTOR NAME: Hannuia LandscepinO and Irigaticn Inc DATE: NovarnbeH7 2025 BY: Oale F Hsannnla 6i �� TITLE: Praeldant COiINTY OF PF3BbbhS� Lea Tha forgoing ixuwmant was sworn and subscribed befbx ma by means of a physical presence or � online notarization this t71h. day of November 202� by Oala F. Hennula , who is personally known to me or has produced es identifoation. //�, Notary Pub 1 , a � Print Natt�"� �y(�.t-�+ (Seal) My commis aSn-expv� . Notary belle State of ilerlOa Ranee RaM1hatn 11 NyExPlre9al/29/4O2BtaD9t CAO Ezacutad in 2 Counterparts �_ _ _ FORMO-BID BOND- _— THl9 FOAM MUST BE COMPLETED OR DID MAY HE DEEMED NON-RF9PONSIVICdVON- RESPONISBLE KNOW ALL MEN BY THESE PRESENTS, [hat w¢ Hannula Lantlscaping and Irtlgatioq Inc. (herdn aRor called the Prinoipal) end Marcnante Nafonal Bondino Inc (herein railed the Svreiy), a cocpomtion chartered sent isd;ng under thalews oftba Stem of IA _with itaprincipal oRicea in the city o£ Des Moines and auMoriaed m do business in the State of _�L era held and Pnnly bound unto the Board of Counly Commissioners of Colllar County_ (hereinafter called the Owner), in the flail and just sum of Five Parcant of Amount Bid---------- dollars (S 5%, r good and lawful money of the United Stators of Americo, m bn paid upon demarui of [he Owneq to whtch payment wd1 and truly to b¢ made, the Principal and [be Surety bind ihemsalvas, [hair heirs, grad exeeutpas, administrators, and assigns, joindy and severally and firmly by these presents. Whereas, dw Principal is about to submit, or has submitted to the Owner, a Hid for famishing all labor, materiels, aguipanm[ and incid¢ntais necessary [o famish, install, and fialty mmpbt¢ the Wadc an the Pro}act known as Bid No. 28-6388R L3 41 Temiami TraB East Landscape Ha frrigpnop Improvements. NOW,'I'fIEREFORR, if iha Owner shall armpt the Sid of the PRINCIPAL and the PRINCIPAL shall ants into the required Ageement with Ma Owner end wiRain ten days after the date of a written Notices of Award in accordance with iha terms of such Bid, and give such bond or bonds in an amount o{ l00%the total Contract Amount es speciRed in the Hidd'mg Documents or Conhac[ Documann with good end sufficient ata'ab foz tfa¢ faithful performeavice oftire Atpevmmt end for the prompt payment of laWr, materiels and supplies famished in th¢ prosecution thereof or, 3n the event of the failure of the PRIIVCiPAL to enter into such Agreement or [o glue each bond or bonds, end deliver to Owner the acquired certificates of iraaurarar y if [h¢ PRINCIPAL shell pay to th¢ OHLIOEE the faxetl saun ofSEiva PaCGaltt ` noted above es liquidated damages, grad not os a penalty, as provided in the Ridding TJocaunents, then [his obligation shall fie null and void, otherwise to remain m full force and effec<. `of Amount Bid 1N TEST[MONY Thereof. the Principal and Surety have caused these presents to be duly signed agd� �r� y7tb__day of _Noyamber_ , 2025 O�.1a�,L .- yyy 5 � f ... fir•'•. G Hannula Lantlsca ing and Irrigation, Inc, rmatpaL�63S •� �� ..�--_ _. ... _ � 1 .r "s t�i�����;,,��,,11W y � r -.-`�"aC�,. :a ,�rT4fcl�anta Naation 1 Bon Inc. Sb�YJ.� I d d �6 � e �p..� .lb'ote :o� �------.tJ45�� _ (Seal):...... q � p O J�ysas W. Ralch nay-In-FaU ��CarE7 JafM1ay ICh", FL LICarI6ed R¢eltlall[ Adana .^_ •'�'... .....• O. 0 �: . ..... `rMr ..�Irpli4fUQGd'Yrorlucing Agent for 'Florida_Surety Bonds, Inc.. _Inquiries: 407-786-7790 CAO ME RC I3A1�TT� BONDING COMPANY... POWER OF ATTORNEY b Olb be1n8 eamaratlonH O[ihar5lalelOf Ihowa, tl/We M¢IOM1 Snt06 NDallBnel �tlaPmnlly COmPanY (In CaWamlaHOr11Y) (haR?nOeo,MCWery eeu�d ins �� "Companlaa") tlo hereby make, wn¢fllule antl appolnL IntllNtlually. Chary) A FOlsy: Emily J Gobckl; JaR[ey W Ralch; Klm E Nlv: Lisa A Rae¢lantl; Ne[han K R¢Ich: Robert P OIJnn; SH[ab K OUnn: Sonja gmantla Floroe Hanle; Susan L Ralch: Teresa L Ourham their Hue antl IawNl AHorney(s)dn-Fact. to sign Its nam as a tyniea) tl W execute, seal and acknowlatlga any0 anE a0 bontla, untlaMkinga, contracic antl other wrlltan Inalmmen[s in the nature etheraof, o bOHalf Of ttre Companlaa In Ihatr business f 8ua enlaaln8 the 9tla11H of pars0 guatanro¢In9 iha pertarmanee oT eaniraeta antl axeeulln9 or gueranleaing bontla antl untlartakinga raqulratl ar parmlHetl In any aellOne or Prowetlinga alleweU by law. TMs Power-of-P.Homay le grantetl end Ic slgnetl and sealetl by facalmlle untler antl by aulporltY of rtra fallOwing By -Laws atloptatl by the Boartl Of Dlreclora O! MerGtanla BOntllrg Company (Mutual) on ApM 23. 20tt and ementlatl August f4. 20'I6 erM atloptatl by iha 0oartl Of Oire dOla Of Merchants Netlonel Bontllnp, Inc., on October t6, 20'15. "The PTasltlanO Savalary, Trea¢u Qn bV'1ny2&NS%(�4�r@aBYrer aQ�i�rAsalaUnl Saemtery or any Yee PrealCent shall base power antl autharllyrto arppolnt Alfomreays-In-Fact, and to eu[bariza Nam to execute on babel! of the Company antl attach the sect of the Company thereto. bond¢ tl u tlartakinga. ognlzanwn. conMflcla of Intlemnity antl other wri9ng6 obligatory In the neWra lhareoC' Tne signature of any aulhorizeO oMwr and Ne seal of <ba Companyamay be af5xetl by tamimife or aiaclmnic bansmieaion to any Power of Attorney r Canlficetlon lhereM authorizing the a cullon end tlellvary of ny bon4 untlenaking. recognlzanw. or other aurelyship abll9atlana of Ne Company. aptl eueb aignaWre antl seal when eo ueatl 8ha11 have the same Wrw Hntl Bllacl a6 Nou9H maOUHlly 9%etl:' In w action wllh obllgegons In favor of Na FlOtltla Oaperlmant of Traneportatlon only, g Is agreetl Nal the power antl out horny hereby Blwn to Iha Attorney -in -Fact Inclutlee any a tl II wnaanis for the release oT retalnetl perwnta9e¢ antl/or final ae9mat¢s on engineering antl wnatmetlon onlfacta raqulratl bay No Stara o1 FlOtltla Department of TranBpbrtagon. It Is Wlly understood Nat w saMl ng [O Na Slats of F1orICa Department of TranaportatlOp m klrg payment O( N2 9na1 a6gmata t0 the COnHadar antl/Or Ii8 Hsslgnaq Shall nb 0l relieve Nle eufaly wMpanY f any of Its obligations under It¢ bond. In connecllon wllh ob119atlona In favor oT Na KanWeky Oauratlmant of Highways only. It le agreetl the[ iha power and autharlty hereby given W the AHomay-In-Fe0[ e n t be monlHatl ra ketl lean prier written personal notlw o1 8u h Intent he¢ been given b Ne COmmiBalonar- OeparMent of H19hwaya of Iha CommonweelN oT KanWcky al least Niny (30) tleya prier to Na motllgce9on or revocation. In Wilneee WharwC Na Companies have cauaetl Nla Inctmmant to be signatl antl ceeletl Nte 20tH tlay of October . 2023 . .�'tt A _ \NQ -C_O "• MERCHANT8 BONGING COMPANY (MDTVAL) p- O N -� �� � Q -- A � MERCHANTS NATIONAL 60NOIN0, fNC. z�-'�" B�". � O��- FO �9T9�": tl/b/a MERCHANTS NATIONAL INOEMNITY 00MPANY :uptiP OAy�:�2o .y :VOP 9 cafes z: !/ ax' 2003 Win: : y:. t833 �rY�: By ¢u�., STATE OF IOWA "" � � p• � •. ..�• COVNTY OFOn lM1 S2EN tley 0f Oc(abaq 2024 barora ma appaeretl Lerary TayIOG t0 me pemonally known, who being by me tluly 8wom tlitl say that ha Is PreBitlan[ of MERCHANTS BONDING COMPANY (MVTUAL) M MERCHANTS NATIONAL BONGING, INC.: antl that Na aa18 eMxetl to the foregoing InaWmeni era the COmorela See16 of the COmpenles: antl Nal iha SaIU InsWmeM wa8 819netl antl Seelstl In behalf of Na Companlaa by euthonly of Nalr respective BoeMa of Olrettore. aW Kim Lf» �r! ��\\ � Domriavion Number TOZl3] � J----� �- tiff m _ EkPNH '�= Apulia: zaza �...�JYYI rvnra.y vaena (Explranon of notarYa wmmisalon tloas mat Wvalmala NiH InsbumaM) Iwrtl(y <ha�ha BbO VH antl Toregolrg Ie a HYeAend wrreNa[IeOpy of the POWER-DF�TTORNEY a%aaY[ d byTBeltl COMpa DaH.GwNch 18tl8t111 In WII forty and seat) antl Fab not been amentled or revoked. In WMa66 Wltefaof, 1 ttava herp�_unto set my hantl 0ntl aRlxetl Na seal of Na COmpeplas mf N18 1TIh Aay of November . 2026 _ Npt i0�:1�"aR_t��o,Qq�b�� ��o��pRYOjjq �o9s.. y.� �j� ,�'= cOAP� "'gJ"yi_ y: SV p : � L�'t/r—i'c!/i�. J: - - Z ��� l� � . y+. t933 �:c: saaraearr -' —_ — _ q .r .d _ —. —GAO FORM 8-1N8URANCE AND BONDING REQUIREMENTS Tha Vendor shall at its own expense, tarty and maintain inauranoe coverage from responsible companies duly authorized [o do business in the 3ffite of Florida as sal forth in FORM 8 o£this solicitation. The Vendor aheO procure and maintain property inaurmare upon the entire project, if inquired, m the full insurable value of the acopa ofwork. The County antl the Vendor w against each other and the County•a separate Vendors, Contractors, Design Consultanq Sabcontmctrns, agents end employees of each and all ofthem, al] damages covered by property Insurance provided her¢iu, exrept ouch rights as they may have m the proceeds of such insurance. The Vendor and County shall, whore appropriate, require s miler w rs of subrogation firm [ha County's separate Vendors, Dcaign Consultants and Subcontmcmrs antl shall require aeoh of ffiem to include similar waivers in their contrasts. Collier County shell ba responsible for purchming and maintaining its own liability insurance. Certificates issued as a r¢aul[ o£the award o£this solicitation must identify ^Por any and all work performed on behalf of Colllor County", or, the specific soliciffition number and title. Tha Ganeml Liability Policy provitled by Vendor [o meet [ha requimmenta of ibis soliciffitlon shall name Collier County, Florida, u an additional insured as to the opemaions of Ventlor under this solicitation and shall contatn a aeverability of interests provisions. The Certificate I-Ioldar shall be named es Coiliar County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Oovemmen; OR Collier County. The Certificates of Insurance moat state the Contmc[ Number, or P ject Number, o speoific Projeot description, or must mad: Por any and all work performed on behalfof Collier County. The amounts end types of insurance coverage shell conform to the minimum requireman[s set { rth In FORM 8 with the vas of Insuranre Services Office (I80) £Duns and endorsamenta or their equivalents. if Vendor has any If - insured retentions ar deductibles under any of tfie below Itsted m nim m required coverage, Vendor must identify on <he Certi{care of lnsuranca she nature mid err. unt o£ such self- in red retentions or deductibles and provide aetisfhamry evidence offinaneial rosponsibility for suoh obligations_ All self -insured retentions or deductibles wilt bo Vandor•6 sole respovaibility. Covaragefsl shall be maintained without inmrruption from [ha da[¢ of commencement of rho Work until the date of completion and acceptance ofdio acopa ofwork by the County or as specified in this seiicitation. whichever is longm. The Vendor and/or its insurance o r shall provide thirty (30) days written noti« to the County o{ policy cellation or non-mnewel on the pan of the in r the Vendor. The Vendor shall also notify the County, in a like manner, within twenty -{our (24) houracafter roceipq o{ any notices of expiration, cancellation, non - renewal o mmcrial change in coverage or limits received by Vendor from its insurer and nothing conffiined herein shall relieve Vendor of this requirement to provide notice. In the avant of a reduction in the aggregate limit of any policy to be provided by Vendrn hereunder, Vendor shall immediately take steps m have the aggregate limit reinstated to the Hill extant permitted under such policy. Should et aay limo the Vendor not maintain [he imurancc covernge[s1 required herein, the County ratty terminnm the Agrcernent or et its sole discratiaa shall be euthmized m purohese such coveragefsl end charge the Vendor { r such eragejgl purchased. [{Vendor fails to mimbvrse the County for such coats within thirty (30) days after demand, the County has the right m offset these costa from any am unt due Vendor under this Agreement o any other agream¢nt between the County and Vendor. The County afiail ba under no obligation to purchase such insurance, nor shall it be responsible ibr gie eovaragefl? purchased or the insurance company rn mpanies used. The decision of the County to purchase such in umnce covemgeja) shalt in no way be construed robe a waiver of any of its rights under the Con[mct Documents. s Ifthe initial or arty subsequently issued CMificate o£Inaurance oxpiras prior to the completion of the scope ofwork, the Vendor shall furnish m the County mnewal or replacem¢n[ Certiflcate(s) of Insurance not later than ran (]O) calendar days after [he expiration data oa the cartiilcam. Failure of the Vendor [o provide the County with aeoh renowel certificates) shall be considered justification for [he County m terminate any and all contracts. GPC' L RQRM 8 - IIVSURA NCF_ AND HORDING liFaZ 111REDfEN'I`S Colli¢r County h'1¢rida Insurance and Bonding Requirements insurance / Hane Type Requh�ad Limits ]. ®Worker`s Compensation Statutory Limits of Plorida Statutes, Chapter 490 and ell Federal Oovernmm[ Statutory Limits and Requiremm[a Bvidmce of Workere' Compensation coverage or a Certiftaeta of 6xemptio ued by the State of Florida is required. Bmhiea that are formed as Sole Proprietorships shell not ba regvfrad to provide a proof of exemption. An application f r exemption can be obtained online at huvs�//aovx fldfa com/bocexvmnt/ 2. ®Employer's Liability $ 1.000_000 Ingle limit per occurrence 3. ®Commercial Generel Bodily Injury and Properly Damage Liability (Occursmce Fomq patterned after the $ 1.000_000 Ingle limit pw oceumence, $2,000,000 aggregate for Hodily Injury cursant 150 form Liability and Property Damage Liability. The General Aggregate Limit Shell be endorsed to apply Der p ject. This shell include Premises end Operations; independm[ Contrectore; Products and Completed Opareiions end ConVeclual Liability. 4. ®Indemnification To the maximum extent pcnnitted by Florida law, [ho Contractor/Vendor shell defend, indemnify and hold ham.less Collier County, 3[s otllcera and employees Uom any end ell liabilities, damages, losses end costs, including, but not limited w, nabla attorneys' fees and paralegals' fees, w [he extent caused by the negligence, ecklasmws, or intantionaliy wrongful conduct of [he Contredor/ Vmdor or anyone employed or utilized by the ContractorNendor in the parfprmmce oflhis Agroem ant. 5. ®Automobile Liability $ 1.000.000 Psch Occurrence; Bodily [nlury B< Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Q Other mauranca as 0 Watercraft $ _Per Oceurrmce noted: 0 United States Longshoremen's end Harborworker's Act coverege shall be maintained where applicable to the completion of the work. $ Per Occurrence [] Maritime Coverage (longs Act) shall ba maintained where applicable m the completion of [he work. $ Per Occurrence Alrcrafl Liability c verege shall be carried hm limits of not less than $5,000,000 each occurtenee ifapplicable m She epn.ple[ion ofthe Smicas under this Agreemmt. $ Par Occurtance Q Pollution $ Par Occurtmce O Professional Liability $ Par claim � :n the aggregate Q Pr j¢ct Pro£ sionat Liability $ Per Occurrent¢ Q Valuable Papers lnsurmce $ Per Oocvrtence 0 Cyber Liability $ Par Occurrence � Tecl.nology F.frors ffi. Omissions $ Per Occurrence GPO 9. ®Bid bond Shell be submitted with proposal reaPonse in the { rm of cert�ed funds, cashiers' chock or en 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 oheaka shall ba mado payable to the Collies County Hoard of County Commissioners o a bank or tenet company located in tho State of Florida end insured by the Federal Deposit Insurance Corpo+aHon. 8. ®Perkbrmence and Por projects in excess of $200,OOQ bonds shall be submited with the executed Payrnetd Bonds contract by Proposers receiving award, end written for 100% of the ConVaot award un<, the corn borne by [he Propour meeiving en award. The Performance and Payment Bontla shall be underwritten by a roty amhorimd W do business in the Stato of Florida end otherwise acceptable m Owner, provided, howevey the surety sbail be rated as "A--^ or better as to generel policy holderm reting end Class V o higher rating a& to financial size category and [he amount required shell note cecd 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guidq pubBahed by A.M. Best Company, Inc. of 95 Pulmn Street, New YorK Naw York 10038. 9. ® Vendor shall ensure that aO subcontractors comply with the same insurance requirements that he is required to meet The same Vendor shall provide County wah cerd£iwxa of insurance meeting the rcquirod insurance provisions. 30. ® Collier County must be named as "ADD]T[ONAL INSURED" on the lnaurance Cer[iflcate for Commercial Genarel Liability where requiretl. This insurance aheO be primary and non-contributory with respect to any other aintained by, or available for the benefit of, the Additional insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate @older shall be nomad as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County t3ovammenq OR Collier County. The Certificates of insurance must state the Contract Number, prPmjectNumbeq or specific Project tlascription, or must read: Por any and all work perFonned on behalf of Collier County. I2. ® lOn all certificates, [Ira CarBfleete Holder must read: Collier County board of Commissioners, 3295 Temiami Trail EaR, Naples, FL 34112 ]3. ® Thirty (30) Days Cancellation Notice requires. ]4. Collier County shall procure and maintain 8utlders Riak [nsumnce on all conatmction p ]acts where it is deemed cessary. Such c erage shall be endorsed m cover tfie interests of Collier County a well as the Contmctor. Pramiuma shal3 be billed to the project and the Contmctor shall not include Builders Risk premiums in its project proposal or project billings. All queationa regarding Builder`s Riak [nauranca will be adtlressed by [he Collier County Risk Management Division. GG — 4/42025 Vavaor's Insurance Acceptance By submission of the bid Bidder accepts and understands the inautance requirements of these specifications, agrees to inmin these coverages through the duretion of[he agreement end/or work performance period, and tharthe evidence o£insurebility may be required within flue (5) days of notitication ofrecommended awarA of this solicimrion. cro mac' Ro o CERTIFICATE OF LIABILITY INSURANCE �;rn;i2u2<' TXIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY ANO CONFERS NO RIOHTH UPON TXE CERTIFICATE HOLDER. THIN CERTIFICATE DOE$ NOT AFFIRMATIV ELV OR NEGATIVELY AMEND. E%TEND OR ALTER THE COVERAGE AFFORDED BV THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE GOES NOT CON8TITUTE A CONTRACY BETWEEN THE ISSUING IN$URER(8). AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT. If ana cartillcate holdeF b an ADDITIONAL INHUR O, the pellrypasJ moat have ADDITIONAL INSVRED proYlolons Oy ba antlo4ad. It SVBR004TION IS WAIVED, aub)se<to tno tenna and eondHlone o} Thu pulley. partsln pellelas may raquba en antlerasmanL A sbtemant on thlo c¢relicete doaa not mnM1r d hta to Na mrtllf<ab holder In IIOY of soap antlowangn lorla Frost 8 Hrown ImYrencA SeMma� Inc. (288) 261-3D00 (290) SBS-8266 T G W! Raeeamn Ln Lotla.Froe[�bbrovm.mm anI91wKORpIN000VE 9ulle 2O2 FL Myar9 FL 3 HouMem-OwneeB Ineuranea CampaM '10130 6uneo Aub-Owners Ineuranee Company tBBeB HennYlR LaneswPlnBH VdBBnon FFVq MYIYal lnwmnoa CO. 'IObefi 'ITD81 Ja9a $(UnItJ Fadaral lnawanc9 Company 20281 I Fort Myers FL 33B6T-BOBS COVERAGES CERTIFICATE NUMBER: 26-2g Ma9ter REVISION NUMBER: HI818 TO CEROTFY TigT THE POYCIES OF INSURANCE LISTED BELOW HPVE BEEN 188 VEO TO THE IN3VREO NAMED gBOVE FOR THE POLICY PERIOD NOICATEO. N 'rN/1'fH3TANDNIGANY REOV 10.EMEIYq TERM OR CONDITION OF ANY CO(irRACT OR OTHER DOCUMENT WITH REBPECTTO NFIICH TNIH CERTIFICATE YBE 188UEOOR MAV PERTAIN, THEINSURgNCEAPPORDEO BV THE POYCIE80E3CRIBEO HEREIN 188VBJECTTOALLTHETERM8. EXCLVSIONS qN0 CONDITIONS OF HUCH POLICIES. LIMITS HNOWN MAY NAVE BEEN RE�UCE�� yB[1YCPlAFID�CLP.IM3. R/OWWYV Mwcu �aeR r oMCLwIMBMwoe G�ypp 1.000.000 ®m` VR 'IYQ.!]O6TO8FYRF0 900.OD0 10.000 9lT)T2 Ot MI/z026 OLOt/2020 y t.000.000 pp1U E�8p 9 3,DDD.D00 Y OL° lJ ECG 2.DBD.00p VOlunlav PropeMPa a a.000 nm y yooD,000 �i aBla3geD otrovzoz6 olrobzoza RYIw+=gk-�a X woHY.N DNLY X � DNLr CAPP �� y x 6 y 9.000,000 s a. 00.000 61ti6169g01 Ot/OtY2026 01/01/2028 a " C wnvl wovalElOWP ypEq Vf1V O 19�.na�mry lrn ulEilE WGBgD-OOSSNH-2025A OVOS/2026 Ol/O1Q026 tr000.OpO 9 t.000.000 Y y t.0 0.000 oStiE.wl� _ D Leasedg ReNeH EgYipmantre gagggOB1EVG DS/Ot/2025 Ol/Ol/2028 Leasa08Ra nteB ESOO.000 m .anl Co111er Counb Boats d Caunry Commisalonars le InalWed ac Atl Olganal lnawetl wllb reepeele b Gmerel Lleblllty one eWo Ilatlllly on1V a9 requlretl by wdttea mntmA wiOr OngolnB arrcl mmplatetl aperallone per form CGL660Bt On a pemery nonwvnlribu [ory ba91a and N%Ivor of SU WOOeflon perform CGLBS9T 3. Ra: Any ene all WbM CERTIFlCATEH LOER CgNCEL 1 HHOVLDANY OF THe ABOVB OEBCRIBEO POLICIES BE CANCELLED REBORE gT10N DATE TXEREOF. NOTICE WILL B6 OELNBREO IN Comer Counb Boae oI commleabnam 4CCOROANCE WITH THG POLICY pROV I810N3. 938E T9mbmi Tall E. TROeIIIDREPREeeNTATVE Naples FL 99112 { 0 S888SBSH gCORO CORPORATION. All dgh9a maarvae. ACORO 16 (20t6/O]) THa ACORO Mma epd logo em reglelerad path of AGORD Crr� Collier County P£tacuramank Services The Vendor certifies that, to the best of its knowledge and belief; the past antl c want work o ary C'oilicr County project affliated with this solicitation does not po¢e a conflict of interest and is m c mpliance with the Procurement Ordinance, Section Sevea, BYhiml Stentlarda, that states: ^A consultant who pedicipates in the drafting of a solicitation or scope or who develops a program for future implemcntntion that gives rise to an actual conflict so as to unfairly benefit that consultant to the disadvantage of any other £elute flints that could competitively seek a County connect rdated to such program or project upon which the solicitation or scope is based, and which conflict is no[ otherwise Bumble, i not eligible to contract with the County for any other contracts dealing whh that specific subject matter, and any lino i which such person has any interest is not eligible to slue such contract. However, this prohibition does not prevent ¢vendor who reapwtds to a request £or information 2iom being eligible to contract with the County." The Ventlor certifies that, to the best of Its knowledge and belie{ the peat and currant work on airy Collier County project nYtiliated with [his solicitation does noI pose a conflitt o£in[ercst as described by one of the throe categories below: Bieaed gro nd rules —The flnn nos not set the '•ground notes" far aEPliated past or ounent Collier County project identifed above (e.g., writing a procurement's statement of work, apeciflcationA or performing systems engine<ring sod icehniaai direction for the procurement) whi<h appears to skew the wmpe[ition in r vor o£my rrtm. ]mpafred objectivity —The firm has not perfonnad work o affliated peat or cunanf Collier County project identified above to evaluate proposals /past performanm of itself or a compelling which calls into question the contractor's ability to render impmtial advice to Ure government. Unequal a a to in£ormwtton —The Finn has not had a a to nonpublic :nformetion as pan of ire per{ nuance of a Collier County p jeer identited above which may have provided tlm con[mctor (or an affiliael with an unfair competitive advantage in cunont or future solicitations and connects. in addition, the contractor /vendor moat provide the following, i£applicablr. I. A II documents produc«l as a result ofthe work completed in the past or currently being worked on for the ebovo— entioned projecq and, 2. Indicate ifthe infomtatien produced was ob[aimed es a maner ofu �'+l ire Zrd (in the •'sunahice") or through non- public (tint in the "sunshine'•) conversation (s), meeting(s), documem(s) and/or other means. Pollute to disclose ell materiel or having a conflict o£ interest identifed in one or more of the above three categories may result in the tliaqualification for fbture solicitations affiliated with the above referenced p ject(s). By the aignamre below, the flnn (employees, oflcem end/or wgen[s) certiPea, and hereby discloses, drat. to the best of their knowledge and belief, all relevant £sots concerning pasq present, or curm[IY planned interest or activity (financial, onvacmal, organizational, or otherwise) which rotates to the project identified above has been fully disc[osad and does not pose an o+ganizmione] wnflicf. Undor penalties of perjury, I certify that the in{ rnation shown on this fore is wrrect to my knowledge antl a duly corpomce audmrized repreaentatiw with aignawre authority. Company Name Han nuts Landscaping and Irrigation Inc Dele� November 17, 2025 3ignaturo' �� 1 � �a Tid<: Prasldant CAa Collier County Procurement Services BOARD OF COUNTY COMMISS[ON6R5 Collier County Govemmant Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares the[ this response is made without c action o arrsagamem with any other person and the bid/proposal submittal is :n every respell fair and made in good faith, without collusion or fraud and in compl€anc¢ with [lee Procurement Ordinance, Section Seven, Ethical Standards. The vrndor certifies io the best of their knowledge or belie£, n elected appointed official o employee of Collier County, espouse theraofor other person residing in the same household, is flnaneially interested, directly or indirectly, n providing the goods or services specified i any submitted bid or proposal. A Rneneial interest is defined a t rship of more then one percent (1 %) of the total assets or capital stock or being an officer, direcmq managcy partner, proprietor, or agent o{the business submitting the bid or proposal or of any avbcontmotor or supplier thereof providing goods or servfces in ca[cess of one percent (] %) ofthe te[el bid or proposal amount Additionally, the vendor, on company letterhead, must divulge at the time of the submittal of a bid or proposal, any relative, other Hiatt those already speci£¢d, of an ¢lecxA o appointed ofTicial o employee of the County who has a financial tntaresq i providing the goods or services specified in the bid or proposal The County, at its sole discretion, will tletarmine whether a conflict exists end whether fo accept or jeer the bid or proposal. The Vendor hereby declares the ins[rumions, purchase order terms and conditions, mquirements, and specifications/scope of work of this solicitation have been fully examinexl antl accepted. The Vendor agrees, if this solicitation submittal :a accepted by Collier Counry, to accept a Purohese Order as a form of a fornisl conVnet or to execute a Collier County formal contract for purposes of eatnblishing a contractual relaiiooahip between the Vendor end Collier County, for the performance mf ell requiremenU to which this solicimtion parmina. Tho vendor states that the submitted is based upon the documents listed it. this solicitation. The Vendor agrees to comply with the requirements in a coMance with the terms, conditions and spac:flcations denoted heroin and according m the pricing submitted as s pan of the Ventlor's bids. Further, the Vendor agrees that if awarded a contract for these goods end/or services and a apbcon[rnetor is a related entity to the Vendor, than the Vendor aha/1 not mark-up the aubcontrac[or's fees. A related entity shall be defend s any parent o subsidiary of Hie c mpany and any business, corporn[imt, patYn¢ralaip, limited liability company or other entity in which the company or a parent or a subsidiary or the company holds any ownership intaresy directly or indirectly. Under penalties of pe jury, I cattily that the information shown on this form is correct to my knowledge and a duly corpomt¢ authodmd representative with aignamre authority. Company Name Hannula Landseaping and Irrigation Inc Dste: November t7, 2026 gignamm L .arm ���-"-'�� Tills: Presltlant €�crc� Collier Cow ���r Procur¢m¢nt S¢rvtc¢s _ —� Vendors are required w be enrolled in the Verify protirant (httvs://www.c-vcrifv nov/1_ et the time oEtha aubmiuion of the Vendor's proposaVbid. Acceptable evidence of your enrollment consists ofa copy of We properly completed E-Ver:Cy Company Profile page o copy of tfie fully a seated SVerify Memorandum of Undetstanding for the company which well be produced at the Hm< gj'the submisston gjrhe Vendor's bid. Failure to do se will result in the Vendor's euDmission being deemed non-reaponatve. Collier County will not intentionally award County con[rects to any Vendor who knowingly employe nnauthoriud alien workers, c natiwting a violation of Lhe employment provffiion contained in 8 U.S.C. Section 1324 a(e) Section 294A(e) of the Immigration and Nationalay Am ("tNA"). Collier Counay may consider the employment by aoy Vendor of unauthorized aliens a violation of Section 294A (a) o£tlte [NA. Such Violation by the reoipient of the Employment Provisions contained in Section 2"]4A (e) of [hc 1NA shall be grounds for uni3ateml termination ofthe contreot by Collter County. Vendor attasta that they are fitlly comphent with ell applicable immigration laws (specifically w the 1986 [mmigcmion Act end svbugvent Amendment(s), that it is of end in complienco with [he requlremams set forth in Fiortda Swtutes §448.095, and agrees m comply with the provisions of the Memorandum ofUnderstandmg with E-Verify end to provitle proof of enrogmem in The Employmmt Eligibaity Verificadon System (Verify), operated by the Dapar4nmt of Homeland SecuriTy in partnership with the Social Securay Administration at the time of submlasion of the Vendor's proposal/bid. Under penalties of pe jury> 1 certify that the informaKon shown on this form is wrtect to my knowledge and a duly cotpomte authorfutl representative with aignaturc authority. Company Noma: Hannula Lerrdecaping and Irzigetion Inc Dees: Novamba^r 'I T, 2025 Signawre� ! ✓..�. Tide: President t'IH 2/26� 6:36 AM My Company Pmflle E-V¢tl(y ngn, official wgebsice o(Lhe uNietl States government Her 's how you know Act. ni My Company Profile Company Information Company Name H annuls La ndsca pink and Irrigation, Inc. Company ID 262825 Menu Modernize the employment eligibility verification process today! Learn More E-V.. r: Doing Business As (DBA) Name En ro llmen[ Date Oct 08, 2009 Employer Identification Number (EIN) Unique Entity Identifier (U EI) M1tlps://avarify.uscls.gov/ncmunVcampany/pm61¢ "I/3 tt/t2/26. 8:38 AM 650375795 DUNS Number 002272420 NAILS Code 23S Subsector Specialty Trade Contractors Edit Company Information Employer Category Employer Category None of these categories apply Edit Employer Category M1Hps://ave/Irypacts.pov/acconnticompany/profile My Company Pro91a � E-Natty MGBNNY2FGAB9 Total Number of Employees 20 to 99 Sector Construction C P.O vs t 1/t2/25. 8:36 AM My Cpmpeny Pmflla � E-Vetlry Company Addresses Physical Address 17051 Jean Street Unit 7 Fort Myers, FL 33967 M ailing Atldress Same as Physical Address Edit Company Addresses Company Access Hiring Sites Number of Sites 1 Edit Hiring Sites My Company is configured to: Memorandum of Vnderstanding Verify Its Own Employees View Current MOU U_5. Department of Homeland SecLt rity U.S. Citizens hio and Immigration Services I��i:7li:$�;�lR3tii�.9[7� u6J'7 �r- e:^z{te. �� L���� ';, CAO 6ttps://®varlry.uscls.goNpcppunt/comppny/proflla 3/3 26-8366R US 4'1 Tamtami Trail East Landscape &Irrigation Improvements Grants Provisicn Package: A Grants Provisicn Pac kaga la Not Included In This 4uota Per Documents Provid ad By Collier County. /+ ./ �G �` Dales F Hann ula Data Hannuta Landscaping And Irrigation, Inc. 25-6366R US 4'I Tamiami Trail East Lan dscapa 8. Irrigation Improvements Business Tax Receipt: Irrigation Sprin Kier License Submitted In Place Of Collier County Tex Receipt Par Quota S pacifications. "H-lH7/_� __ �� Dele F HannuLa Hannula Landscaping And Irrigation, Inc. .s/i��a-��� 1'I-,�-2�25 �- CAA �� � \. � � , \ _ _ i \ k / k \ e t ; k ( \ & � � \ � 5 7 »� � $ Q \ \ ) \ \ { E , & § E � _ �! f ■ 2 : n \ � 2 * ° / � � ®k k } / \ - e R � �ƒ k § k � /. ) � 4 m � _ _ - - ) _� - ° m # � � � z � � / \ ) a { \ %ram*� z \ � �^a �££»/ §m a -_ kk 2 =°°�_�\��_° z = k � � ° \ � \ \ \ - . )e )k _© ()\ �k 3$ /J±� ® . /A � 9 C0313e1` COVnYy � Lity Of Ma vGO � Lity Of Nep1s CYty Oi Evet`g]adea � ContracteP LScensing IRRIGATION SPRINKLER C e:`t Nbn: Exp: Issuance Nb�: C 35011 09 /30/IB26 45011 IRRIGATION SPRINKLER IRRLGATION 9PRINK LER 1NNNVLA LAIASCAPING AM1O ZR RZGAT ION INC DALE 0. HAN NULA 17041 ]EAN STREET VNIT T FORT MYERS� FL 3396T ibf. Co1Vec Cawry Cet45c.te oFComtttmwY a sutua wd .aprt. O. date mey alunge on July 1 � 2D25 dm m tGe Stale O£ FlmiOs Seome Bill NO. 1141. Ple.av vial[ om webfite a v fiv Moro inR[m afioum hbwomea ailublc ���� A — CP.O omsiow or \.r �'1� U�vL.J�.: u/ cxee / O1vlofeaaL4 / a e _ / s..,.m me / Oetali by Entity Name Ftodtla ProM Corporation HANNULA LANDSCAPING AND IRRIGATION, INC. Fyjpg Information Document Number P920000tO5B2 FEI/EIN Number 65-03T5795 Data Flletl t2/08/t 992 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Deta Filed 07/t 8/200H Event EHactive Data NONE Pr�Pal Address t 705t Jaan Street Unit T Fort Myers, FL 3396� Changed: Ot/13/2020 EGa111pg Addre t705t Jeen Street Unit Fort Myers, FL 3396T Chan9atl: Ot/t 3/2020 [taglctarad Aoan! Names $Jldd[ag6 HANNULA, DALE F t 705t Jaen Street Uni[ T Fort Myers, FL 33987 Name Changed: Ot/30/20t7 Atldreas Changed: O t /t 3/2020 oreaa./OLscler peSeii Names 8 Address Title PST Hannula, Dala 1705t Jean Street Unit 7 Fort Myers, Fl. 33967 Annual Ra Oils Repoli veer Fuaa Da<e 2023 01/03/2023 2024 O'1/10/2024 2025 O1f06/2025 DPcumanl lma6$g D][4H(3R2S..-NftlYBLREP_D.3S Vlew lme9a N POF folmee Q }(10( A^ 1iALSiEBQ@T Vlew image in POF blme[ ANNL _ Vlew 4naB^ In FOF (Plmel View ImeBe In POF tOmlat O 4NNIiA�1 RFP� View Image In POF( a[ 01/H /'a01� H—ANNVAL$EQQgr View image In PDF forme[ Ot/ad291T �ANN VAL REPORT Vlew Image In POF lortnal /T9/2H\R —nNN oRT V(aw Image In PDF lolme[ 01/2d201b--A Viaw Image In PDF formal O L REPORT eW ImeHe In POF lonnel View lme9e In POF Pomial -ANt ��` Viaw Imago In PDF formal 26 2011 V/ew Image In PDF famiLl 44(y§a010—A AL RFPnRT View ma8¢In POF bone nHn/2 _R nO RT Vlew Image in POF formal O Nemer ChenBg View Image In PDF Pomgl Oa/ow9n - - View Image In POF Mnrial __qNN _ PnRT Viaw lma9¢In PDF fmmel Vlaw lmeHa In POFfa mrel RRP View lmegaln PDF bmral Ml29(2gi ART Vlew lmagaln POF }pr(nel Vbw Imegc In POF Tarmel n /�2pt)'� 1�1 RT Vfaw Imago in PDF fomiel _ Vlew lmagaln POFfoln®[ niNVw Viaw Imega fn PDF le PORT Vlaw lmB9e NPOF format DvL46Glp$g-ANNr AL RFPnRT VlBw lmagain POF banal O.�JL29(tg3Z-_Atlti�A Rcoelg'r Vlew Image In POF femru SIOt/19 _ANINIJ(IL RF.Pgjj]' Vlww Imago In POF fam,¢I ORT VIN+Imapa In POF Po�mal cs� o Stu to n,�' Flu y°�du Depuy-t�azent o�Stczte I certify from the records of this office that HANNULA LANDSCAPING ANll IRRIGATION, INC. is a corporation organized under the laws of the State of Florida, Fled on December 8, 1992. The document number of this corporation is P92000030592. I further certify that said corporation has paid all fees due this nffce through December 31, 2025, that its most recent annuat report uniform business report was Fled on January 8, 2025, and that its starus is active. I further certify that said corporation has not £led Articles of Dissolution. Gie¢w under my hwwd and the Grenl Sew[ njlbe Srufe of F7orldn w1 Tallnhnssee, the Cwpllwl, Chic !Ae Elghlh Jny njJwwwwry, 2025 Trechivg Num bcr: 90986986] 1CC Tv nuthenticrte fhb a,tiacate.vlsit the ranoac:ng eifq.uta+ihis numb<v, v:a then ronow me :mtrn<uons as:nt.y.a. bttw:unorvto<ssnnbin.orsix:ngtrc<t+:a<.r.orsmtb.sc.mnt.r.nnmwaont:o.. $kƒ/ \� \ \ � j \ � E k / A§\ ) � - � � - ��\gf �� �it�¥ _ �■_�-_[§ � =kE#§d@#$ \\ \\\\\\ y � J $ / \ ) ) \ j � \ \ / \ ) � k � � k 6 \) � k / } ^ / m } = / f � « ) Coliie:' Ceunty + City of Ma:`co w LSYy Of Ma p2l9 +' City of EverglaQe9 + Cont l�acteR Licanaing 2 RRIGpTION SPRINKLER C!r! Nbr: Exp: I9suancB NOr: C 35013 09 /30/2026 35011 IR RIGATSON SPRINKLER IR0.ZGNTION 9PRINKLER HpNNOLq Lg1.b 5LAPING ANO IRRIGAT ZGN 3N[ oq LE G. HgNNN LA 11B51 JEAN STREET 11NIT 7 PORT MYE RSa FL 33969 'lLif COLLiw Couvb Certilicvfe v(Cbmpelrncy a emma and eipus:iov dare may chnnga ov July 1� 2029 disc m rtie Slate of R lvelda Semb Hlil No. 1141. Plisse vuil aw wabf ite el �- Pos mvrt in(vnnation av it becomes avaibbla ��� sagnea: m w�9 Request for Taxpayer ¢;ye fortn to tna m.a Namn roam Identification Number and Certification ravrraeter_op net �eparbnq tt o/ rn gT'alawury Oo m www.11sgvHFomr WB mr Inatrubtlana ens the latest bfprrtlatlon, antl tb t11a IR3. Be10ra you begb. For ulaenva related to Eaa purpme W Form W-g sae Puryosa o!F below. Nvma or onrltyAntllNtluaL An sorry la wqulretl. (Fw a sob propletor or tlbregarCeO eMXy, enter the ownv'v name on Ilne 1. erW enbr Nre buvinwv/dbragartletl .Mye name on Ilrw 2J H I L d i dl i li 1 Y Bualnaea nem Wtllersgvtled entity mme, If tlltlerant Nam above. 9a Chaok ihv apptapieta bwt farfoaeml tez deaelllcelbn of the onNty/lntllvkluel wnoea name Is an[ararl on Iba 1. Chvck q ECd4empNav (mtlea epp to only sae or the 4Xowing a..,.n oa.a. NO a �ly m sondes. not bm.r a a Q IMWltluabanb pmpaator Ccorpwetlon © Scwpomgvn Q P narMlp Q Truar/eabta s es lnaWdlum on page 9$ tl Q LLQ Entw tb tan clasalNcaNan (C = C earpbmdon. B � B corPomtlon, P = PennanM1lP1 6aamW Payee cotle llr any) 3 CM1evK 1M1e ^LLC^ box abom antl. In Lne entry epfce. en4f tM app�pdeb coda (q B. ar P) /orthe taz deaslgcatbn oftM LLC. unles ll lsedlerepvrtivd m[Xy.Atllaregerdetl q\ysMu101nvlaeJ VMvk the Hpproprle4 Enamptlan from Fororgn Aneerunl TeK 6 bvz far [lv lax clevalqutbn of Nv awnen Cvmpl4noa AN (FATCAj repertlrg � O CIM1ar (sae lneVuotkmU coact IN erM (gpppea battounte maMramea Nro (hNlatl Sbbs.J 9b 1f vn qnv 3a you eM1xketl "Parme�nyp^ of "Tmaf/wteb: w ckechetl "LLC" ena entarW "P" es Xe tv[ Maaakbatlm, antl you are proyltllnp lM1ls tarn pgr4�ennlq Wet, or estate In wX1aM1 you Mw en ownvrany Interest. ebeek 1Ns bon If nave any Iorelpn vwnem. or bnalbleaea. 9w IrwtruGlona 0 bias you paitnen. a ass (numbed vbeel. ena ep[. ar eul[o nod. See Inebuc[bnv Requeabr'a name antl rW are¢a [oplbnn9 l]95l J¢an SVcal Unl[ ] cNy, stab. antl 21P cotle Fort M er5 FL 3396] > Llet eaeoun[numbMal hero fepgened Taxpa ar Id6ntificatlon Nurnbar IN Enter your TN In Bra eppropaets box. Tha TIN proWaaa moat match tM10 name gluon on Ilne 1 to avola ty numao backup wltbboltling. Fw InaNlauels, ibis Is generally your aoalal aacuaty number (33M� Nowever, far a _ _ ealdent alien, cola propaator, d aleragartlatl angry. sea tba Insguc[Icns far Part I, latac For atM1er anBBos, it Is your employer ItlenllBcallon number (EIN). 11 ycu ao not have a number, see Mow to gat a ar T/N, labr. Player roan Wlaatlon Note: IT the account le In more Ivan ena name, see the Instrudlona for Ilna 1. Saa also Whet Nama arro' Numhar To diva the Request0r mr guraallnm an whoaa numberto antm. 6 5 - O 3 TnuS T 9 5 1. Tha number shown on this form le my comet[ fenpayer IaaMlllaatlon n mbar (or I am waNlrg for a number to ba lasuea tome); mrtl 2. I am not aub)aet to backup wlthhaltling beasvaa (A) 1 em exempt from backup wltM1M1alaing, ar (b) 1 have n0[ been not1119a by ins internal Revenue Sarvloa (IRS) [hat 1 am eub)aM t0 backup wlthholaln9 as a result of a failure to report ell Infaroat or tllNaenas, or (c) the IR3 hea notlflea ma [hat 1 am no lon9ar aub)ect to backup wlthhOltling: antl 3. I am a U.3. Cltl¢an or other U.9. pBmon (aeflnaa below); and 4. Tha FATCA coos(&) antaraa on tM1la brtn (If any) Indicagng that 1 am Oxempt from FgTCA reporting la correct. Csrti9arNion Inatruotbna. You moat crosa out Xem 2 shove I(you nave bean nMlflatl by tM1a IRS the[ you am rvrreMly aubjaM to backup wlthholtling bev n you have felled to report ell Intamat end divitlanda on you n, For reel estate franeectlona, Item 2 tloea not apply. Far moagega Interest pall o..... aaln..n ... aFa..n..n.....nr..r csumi nrnmrty_ nancrxlatbn of deb[. OOn[ ibutiona t0 an kvilvitlual raBrement ananaeman[ IIRA1. ena. nenerellV. pavmenb Gan®rat Instructions SeoBon refarBnCae are to tna Internal Ravenna Catla YnlasB otbarwlea nMaa. Future tlavalepments. For tba latea[ Information aboua developments related to Form W-9 antl Its Inatrucnona. aucb as Ia9lalaUon enacted attd Nay ware publlanad, go tc www.frs.goV/FOrmWg. What's New Line 3a M1as been moalflad to dedfy M1ow a dlaregnrtlatl entity completes Nls Ilna. An LLC Nat la a disregarded angry should cM1evk No appraprlata boz far Na to%ClaeslHvaUvn of Ib ownBr. ONanylBa, It 9bould anaCk tna "LLCM box and enter Ira approprinb taz vlaaalllcaBO n. Naw Ilne 3b M1aa been eaaaa to fM1ic form. A gaw-tM1rougb entity la requkaa to acmpaata fob one to Indicate that g naa aLaM or Inalravt loralgn partners, ar banaNalarbs when it pmviaes Ma Form W-B to anotM1ar flow-tM1mugb entttY In wblob It M1aa an ownersM1lP Inbrest Thla change la meenaaa N pro.Naa a now-NrougM1 entity won bro.manan gartlbg tM10 HtaWH Of ItB Inalract (deign pBanars, o f banaticlarlea, so that Ito eatlBry any appllcabla reporting o r0qulranlanla. For example, a paanarsblp [bet has any Indirect rorelgn partners may ba requlretl to c mplatB 6cM1aaulea K-2 and K-3. See tna PBrtnarsblp Inabudlona far 3obetlulea K-2 ena K-3 (Farm 1g65). Purpose of Form An InaNltlual or angry worm W-9 red cater) who Ia requlrea to gla an Information Tatum w11b tM1a IRS la gNing you tbla form because they Cvl Na. 1p291X Ferm W-9 gieV. 9-En20) -�� Collier County Proeuroment SeNfe¢S Addeudum #1 Date: October 8, 2025 From: Rita Iglesias, Procurement Strategist Email: Rife.Iglesias�colliecgov Telephone: (239� 252-1033 To: Interested Bidders Subject: Addendum #] Solicitation # 25-8366R IJS 41 Tamiami Trail Basx Landscape @Irrigation Improvements The Following clariftcations are issued as en addendum: Chavge 1: and �Iixbtbits6ambived will be replaced by Construction Services Aereement 2025 Template v¢r 3 with Rxhlbas If you require additional informatipn, please post question on our OpenGov l h;iPs;//pmc emen�engov.com/portaVcollier-counn�-11) bidding platform und¢r tha solicitation for this project. Pleas¢ sign below s¢d r¢tury a copy of this Addendum with your submittal for the above (sign��at//ure) ,/ t Date /'�a3ryNW��f. �sr✓L$Cay9iN t' dl>./� e7iYi 2�.iMiu.•�, .�wA- (Name of Company CP,O "' Collier County Procurement Services Addendum t# Dat¢: October 16, 2025 Frain: Rita Iglesias, Procurement Strategist Hmail: Rita.lglasias(�coll[er.gov Telephone: (239� 252-11/33 To: Interested Hidders Subject: Addendum #2 Solicitation #25-8366R US 41 Tamtami Trail Eas[ Landscape 8c Irrigaton Improvements The following clarifications are issued as an addendum: Chaage l: �k5�366R�Salieitatfan to be replaced with 25-8366R Soiiutation Rl • Nofe 9d. o£Fonn ]2 Bidders Checklist was revised to reflect: REQUIRED: Col]ier County Contractor License certificate of competency having a Collier County Irrigation Spritdder Contractor License (1g a State of Florida General Contractor having a Collier Ccunty lrrigaHon Sprinkler Contractor License f11j Collier County Irrigation Sprinkler Contractor License; and Intermediate Maintenance ofTraf£ic certification and flue years of Landscape and Irrigation installation Roadway experience and five years of Intennediata Maintenance o£Traffic experience. Documentation meeting this qualification must be submitted at the tune of bid submission. . A39 Substantial Days to b50 Substantial Days and 30 Days to Final; total c£ 180 Days. Cbaage 2: to be replaced witty 25-8366R Bid Schedule Rl . Line #30, Line #31 quantities have been corrected. See correcced sheet LD-3. Addition: 25-8366R Exhibit M-1- Sheet LD-3 of Plans 36kS 1816 . Line #30, Line #3 ] quantities have been corrected. Cla ril9ca£ona• Collier County provides a Motorola Piccolo DC. The City of Naples will provide an irrigation Sap cormecting to the water source and the meter. Par line #38, the contracror steal I comply with the City o£Naples requirements For the installation of a backflow prevanter. • An FDOT Certified contractor cartitieation is not required. The contractor is required to apply for en PDOT right -of --way permiT. • Remove and return existing unused spray heads, rotors, valves and quick couplets as stated in line items: ] 2, 13, 16, 19, 32, and 33. CAO o "REMOVED SPRINKLERS TO BE RETURNED TO CAUNTY AT 4800 DAVIS BLVD. FACILITY" . The project is potable wateq and m purple pipe is to be used. The contractor can submit the bond payment provided receipt and check in{ rmation is provided as back-up. The contractor cannot exceed [he payment performance bond amount as listed on the bid tab. The County only pays what is on the invoice. The County will only pay what the vendor pays. LFit ends up befog more than the lint amovnp the County will not exceed the line amount. If you require additional information, please post a question on our OpenGov (bttps//prggvremencot� /It rt I/ Ili - t �-fl) bidding platform under the solicitation for this pr jet[. Please sign below and retury a copy of tbia EWdevdum with your submittal for tba above Data CAO Collier County Procurement Services Addendum #3 Date: October 29, 2025 Prom: Rita Iglesias, Procurement Strategist Email: Rita.IglesiasQcotlier.gov Telephone: (239j 252-1033 To: ]nterested Bidders Subject: Addendum #3 Solicitation # 25-836GR VS 41 Tamiami Trail East Landscape Bc Irrigation Improvements The foilowing clarifications are issued as an addendum: Change 1: to be replaced with 25-8366R Bid Scb¢dui¢ R2 • Revised Bid Schedule title [o reflect "Constmctien 1TB No. 25-8366R". • Line #3Q Line #3 / quantities have been corrected. See corrected sheet LD-3. In r¢sponse to Queatfou 1 (Multipl¢ qu¢atfona): (3J Addendum Number (2) Slates that the btd schedule is so be replaced with 15-g3G6R Bld Schedule RZ. When you go to the Bid Schedule t! lls<s ^Constructima ITB No. 25-83G6^ It do¢s not list 25-8366RF Bid Scheda�le RZ. Zs this the correct btd schedule to user jfso, please co reel the heading. Answec: Per Addendum 3, please see download section in OpenOov £or [he revised Bid schedule: 25-S36GR Bid Sab¢dul¢ RZ. (2J Wr are to provide "Five years oj'intermedlate Maintersance of TraJJlc experience". What documentatton are we !o submtt that subs<arsttates this requfremerstP Answer: • Provide lntermediaxe Maintenance of Ttssttic Training Certif icetions £or the pas[ Siva years. • Provide a list o£ projects for [ha past Rve yeses where this was required. (3J Addetdum Number Two stores that ^An FDOT Cert fed cmurwctor cert�catfon is xot required". However, the pleas and spec�catlons refer to FDOT Standards. Wl y doer the contractor not have to be FDOT Cer<iJZed tjt/se carsiraclor Is to, follow FDOT StandarrlsT Answer: �- �1.:PC> • Landscape contractors that do work Por [he FDOT are pre -qualified as a vender and not certified or issued a landscape contractor cetYification. FDOT standards and specifications ere pre - approved documents to utilize for FDOT roadway improvement projects. (4} Is Collier County Ordertrtg nrsd paytug for the Motorola Piccolo DC Contro[[erP Who tnstclls the components In the DC contro!lerP Whc Installs the nntenntrP Answer: • Yes, Collier Covnty is ordering and paying {or the Motorola Piccolo DC Controller. • The contractor ivstalls all componen[s per plan sheet LD-84 for the galvanized steel pole alternate mounting with no antenna and then mcun[s the County supplied Motorola Piccolo DC controller nit to tka pole. • No antenna is required at this location. (5J Who schedules, lnstafts andpttysjor the irrigat[on water meterP Answer: • Collier County pays Por the irrigation waxer meter. The City of Naples irvs[alls the water meter. The schedule is dependent upon the Ci[y o{Naples. (6) Who installs the trrigatlen top to connect to the water meter, Anawar. • The City of Naples installs an irrigation tap to connect to the water meter. (7J What size is the water meter to beT Answer: • The City of Naples authorized a I" meter. (13J Wba lnsta!ls the bachjlow preventerP Answer: • The contractor purckases, connects, and instans the bacicflow preventer. (9J Who puysjor the 6nc!{/ZowpreventerP Answer: • The contractor pays for the bachflow preventer. (10) Is a licensed plumber requtred fo Instal! the bnc/tflowprevotterP Avswer: • Yes, a licensed plumber is required [o install the bacictlow preventer. CAO In response to Qneation 2: (Z) Ifthe contract omount exce¢ds the bnse coxtrrset value due to approved ehnnge orders will the Couxry pay for the additional boxd costs? Answer: The contractor cen submit the bond payment receipt and check inform anon is provided as beck - up. The contractor cannot exceed the perfotmance bond amount as listed on the bid tab. The County only pays what is on the invoice. The County will only pay what the vendor pays. [£ it ends up being more than the line amount, the County will not exceed the live amount. (2) Bid Schedule Lixe Item (6). Does the County have enough pavers to fhlR/L the 1458 SF of Z'avcr areal lfxot. how will the pavers be obtained and who wtf! order them, [xstall them, and payj r theme Answer: . The County will provide pavers for installation. (3) Is ther¢ a paver soldier course r¢qufredP Daes th¢ County !rave th¢ soldier course puversP Anawer: Yes, the soldier course is existing, and [ha soldier course size is [he typical 4x8 paver size. The repair must match existing. (4) The btd sched rLe rrfers to the mulch as "Plrre Wood Specialty Mufch ". Dads tl a County hav¢ a speck name for [h¢ mulch and a supplier? {%so, please supply 1h¢ nanr¢ of the mulch and supplier contact inlormation. An wer: . aUSA Mulch, 16595 Gator Rd, Fort Myers, PL33912, (239)489-3455 The Match 8c Soil Company, 4353 Michigan Ave. Link, Fort Myers, FL 3391E (239)334-9343 (S) Btd Schedul¢ Zine Item 25 culls for I80 LF of White, R¢d, and Blu¢ IO Gm Confro[ Wbes. Is the IBtJfeet the total 1d! wires or !s such color I80 LF langP Anawer: . 180 R. is Late] o£all wires. liefer to sheet LD-46 Peters Ave. Proposed Water Source Diagram notes. (6) Bid Schedule Ltne It¢m 2Z ixdfcafes that we ar¢ fo supply 6^ HT Box lXtenstone AS Needed. How many are we fo bid "As NeedeO"P. Avswee Valve box extensions are considered an incidental expense to a valve box installation and are to be provided as needed with valve box installations. Existing or proposed valve installation depths determine if extensions are needed. CAO (7) SNeetZD-7Architecturvl Prsver R¢novation /Insla/[anon Notes:Repair "2. Puver Repair Areas Sha[[ Be Relnstrslled Wi[h Mntchtng Base Malarial As needed To Complele Repair". Tle¢ Bid Schedule States thrst sv¢ are to use Ltmeslane Comprseted Base Match Existing. Ls the current base maferirsl comyacfed Limestone or a concrete base? Whrst are we t¢ use df we encounter cwacrete as the DaseT Avswer: Compacted limestone will be the base material £or all repairs. (g) Are we to mahttaln the exlsltng landscap4tg and irrigation durtng constructionT Ifsa, wha6 are the ROW (fmils ofmalntenanc¢? Anawer: Yes, manrtenance limits will be restricted to medians and rights -o£-why areas where work is to occur. (9) Schel LD-29 R Terence Typicrsl Tree Plan[tng 8c Anchortng Detest[ ref rs to Drainage Sumps. I do not see a tine Itern on <h¢ Bid Schell le for Drainage Sumps. Are we to provide them? If so, add a Itne item to the btdschedu[e with the qursnllty requirett Avawer. � Tree planting drainage sumps are considered an incidental expense to a tree planting installation and ere to be provided as needed. If you require additional In£oxnation, please post a question on our OpenGov [� s��.//igFocuremenLvnen¢ov.com/r?or[a]/collier-cvun c-tl� bidding platform under the solicitation for this project. Please sigv below avd return a copy of this Addevdam with your submittal for the above //�/7�mtvdS Hare cno 25-8366R US Tami0ml Trail East Landscape 8i Irrigation Improvements List Of Projects For Tha Past Five (5) Veers Where Meinte na nca Of Traffic Wes Required MOT Ceriificate8 Project � . Davis BNtl Santa Barbara To Collier Project Owner Collier County Board Of County Commisaloners 4800 Davis BLvtl Naples, Florlda 34'104 Pamela Luich: Project Manager 239-253-2330 pam_eia.j�'lirhCdcolliercoLl ntyfl.gpY 2. Lowderm ilk Park Landscape City Of Naples, Community Services Department 280 Riverside Circle Naples, Florida 34"I 02 Jim Hotlgdon: Project Manager 239-825-2038 jjictl on@na plasgov.com 3. Airport Road Lan Baca pa Improvements Clty Of Naplea, Airport Authority t 60 Aviation Drive North Naples, Florlda 34'I 04 Noah Dietrich: Project Manager 239-380-0845 n d i airisl�� fiyna p l es. c a m 4. Homestead Roetl Landscape 8, Irrigation Lee County Board Of County Commissioners 2t 16 Second Street Fort Myers, Florlda 3390Y Robert DaBrock: Project Manager 239-533-9425 Hd.e L�.I4cK@le�gov_com 5. Chamberlin Re -Alignment %Ajax Paving 8. Lae County Port Authority '13350 Rickenbacker Parkway Fort Myers, Florida 339t 3 Matt Desotall &Mika Culver: (J� l /�� /�__ _ Project Managers 239-292-8076 239-462-9720 . l./ v os-ate-*✓ mdesoYell@ajaxpavlllg.com L t�i-� �,� p R .� mwc ulver�llySc oa_c4m CAO �_ Q C_7 L` W C� Z 0 W �� O U 0 o� G G O ��� 0 V Ea �; Z z Q J a V O R i C H t L i6 y_ cv O � Q� o�� -�� LL o � � C C '� Qas --- a � � �� � R o c o U Q � � y O S � V F � � v 0 o���� �. Mom= d V LL S �_ > � d � a c � y �g��E .-, s 0 � w�� $ o � �� � � E o � a��� _pc, O� <>� Z _O .., J O ■ O � / f I\2\ \# §2\/ ), +/\, §e$z �} ){ \ ) m! �4 2/ / �d � z 0 � �_ � � � � W � � o � \ � E© X t S# t3§R fkk) k2/\ a=;� �� �� Ga / ) m! &! \ 2 �) FOOT �.�� . Florida Department of Transportation 60$ $U WdnnEe $Cfe et IP REe W. PER DV E. P. E. GOVEeN011a Tallahassee, pL 32399-0450 sECREiAnY Apill 11,2025 RANNVLA LAN VS GAPING AND IRRIGATION, SNC. 1 -1051 JEAN ST. T "] FORT MYER3, FLOR Z'OA 3396') Re:. CPRT2FS GT8 OH' QtlN.2 b`S GT30LT TRa Lrepaxtmant of Tra sportation has qualiPiod your company Por th¢ typ¢ oP wor% indica tad below. P➢OT APPRGVHD S10RR CI.A88®9: G AASS2N G, S£EOYNG AND SODDING, LANUSCAPING, IRRIGATION Vnlasa nOt iPiad otherwise, Chie Cartiflcata oP QualiFication will expire 6/30/2026. 2n a ordance with Section 337.14 (1), FSorlda Statvt¢a, a application £or qualtPication st ba Pit ad within (4) monehs oP the ending Uaie o£ iha applicant' a auditaU annual financial atatamanta. SP the mpany' x3m apaci[y Rav bean r visad, it may b¢ ad by logging info iha C onCracton Pc¢gvallFi ation Appli lion Syatcm via Cha following Sink: RTTP9://SdOtNC3.dot-atata.Fl.us/C enYra ptoiPraQVa11F1oatlon One¢ logged in, a1acC "Vi¢w^ For th¢ most z ¢ntly approved applieaCioa, and tfian click Ch¢ ma age and "Application Summary" Cabs¢ TRe company may apply For a Re viscd CartificaCe of Qualification at any time pzior to the a xpiration Uate oP this cartt£icatc a or di ng tc Section 19-22.0091 f3), Florida Administ reCiva COdB (G.A.C.), by a sing Ch¢ m at r ntly approVad application a ahOwn abo nd cho sing `•Update ins read of "View_•• ii rtif ication in additi a1 clas sas OP wozkala daairad, dooum¢ntaC3on >a na¢d¢d to allow Chat th¢ company Ras perFormad aucR work. A11 pragoallFiad c ntractors a squired by 9action 19-22.006 [3), F_A.C., to a ti1Py tR air rk underway m nthly in ordain to ad3 use m ximum bidding capacity to available bidding capacity. You can find tR¢ link to this spore at the wabaite shown above. JTII ///Si���nc¢r¢1y, // �J �/ V �� %�2 <V Cif James E. Taylor II, Pregva]3 fication Supervisor Contracts ACLniniatration OYPic¢ /mproye Sojety, Enhonce Mobt/!ty Insp/re /nnoyg tfon www.fdof.eoy Cp0 4/HY26. t62 PM Manage Contractor Pre-Ctualification Annual Application �Vendol�atakaheltlare�A(fll{atav�Work Claesee�Flnanclal�Conlram�MBnaaal `ARaob Financial 8tatamants�Atldltlonal pocumanlagen�Bebma�Apptleatlen Summeryl 4/ttI2025 t:5t:58 PM EST Vendor Number: F6503]5]95003 Name: HANNULA LANDSCAPING AND IRRIGATION, INC. Applica[ion S[atus: COMPLETED Fiseal Yaar End Data: t2/3t/2024 Application Dua Data: 9/30/2025 Expiration Data: 6/30/2020 NOTE: Tha Capacity shown below will ba reduced by your Work Und¢rnay to tlatarmin¢ your Available Bidding Capacity. Adiustad Current 2 Ratio: Ability Score: ]5 Suroty MulOpgpr: O Ability Factor 4 Calculatotl Max{mum 131a $ ],660,000.00 C apucll y: Adfuatad Naf Worth: $ 956,t 39.00 Document Attached Race Ned Document Attached Audited or Reviewed Financial q/10/2025 4/10/2025 N/A Statements 2024 AFFIDAVITAPPLIGANT FIRM.PDF AtOdavit 4/t0/2025 4/10/2025 Request Document Equipment 4/t O/2025 4/t O/2026 2024 EOVIPMENT.PDF Raquast Document Surety Letter Lettara of Recommendation Auditad � Rayiawetl Financial N/A N/A 2024 FINANCIAL STATEMENTS.PDF or Statements � Raquea[ Document Adtlitlonal Document N/A N/A 33].t4(t) Requirement N/A N/A 'Approved: Yes No 33].14(4) Requirement N/A N/A 'Appreyed: Yes No C:%�O bgps://Nglwpl.detsfala.fl.us/Con VacbrPreOvallflmUan/Pagea/OnllnoAppUceHon/cpgOnllneManega.aspz 1/2 4/tl/25; 1:62 PM Manage Event Data Comment APPLICATION q/yg/2025 CREATED APPLICATION SUBMITTED q/y O/2025 NO COMMENT SUBMITTED � APPLICATION q/y O/2026 RECEIVED Tha Department has completed the review of your applioetfan. The new prequallfleatlon le affective Immediately. A signed certificate of quallflcatlon will be sent Wa electronic mall to the primary account hplder for this epplica6on wi[nin t O to y4 buelnaea days. if the signed APPLICATION ceriifcate should ba ¢-mailed to a recipient other then the primary account holder. please REVIEW 4/9 t/2026 provide [ha recipient's a -mall address to CO-CPOStaff�dot.atata.g.us. You can access your COMPLETE flrm's maximum bitl capacity and approvetl worK classes on the capacity and worK claae tabs of the application. You can access your approved work classes, but not your maximum bitl capacity, by accaseing our pubile database et: https://fdotwpy.doLateta.fl.us/contractorpraqualiflcatlon/pubiiGPrequalifietlVandorSearch.espx � FLORIOA DEPARTMENT OF TRANSPORTATION ��� Report Technical Problems to the 3arvice DeeK (� 1-B66-966- 4357 or small: Service Dask ar.K.^.+ Sand PrequaliTica6on Ouestlone or Comments to Contracts AdministraLon Ofiica Internet Pdvacv Pn icv, Disclaim¢ra 8 Cretllta h11paJ/fEolwpLdM.otala.fl.us/Con VectorPreOuallflca[IoNPaHas/OnllnaAppllwlloNcpgOnllnaMe naga.aspx C,pO 2/2 FORM 12 — BIDDER'S CHECIO.IST IMPORTANT: No btd ahn11 b¢ considered anises i[ iz made on unaltered Bid forma whidt are included in [fie Bidding Docummte. PI¢ase r¢ad c raftrlly, sign In the apeces indicated and ret�m with your Hid. Ali do¢umonte requiring ezecutlon should be either• by wet signatures or verifiable elutronic aignaturu. FAILURE TO PROVIDE THE BID DOCDMENTS MAY BE GROUNDS TO DEEM YOU NON-AESPONSIVE/NON- RESPONSIBLE. Bidder should checK of£each o£the following items as th¢ necessary action is completed: 1. The Bid has been signed. 2. The Hid prices oD'ared have bean reviewed. 3. The price ¢x<ensfons and totals have barn checked. 4. Bid 3chaduie has bean completed and attached. s. Any required dmwinga, descriptive litaiamre, etc. have been included. 6. Any delivery information required is included. 9. The following on-lim standecd documents have been revtewed and accepted in OpenGov: a. Conswction bid instructions form b. Conatmction services agreement Purohase order [arms and coMitions 8. All of the following bid Forma have been completed atd signed: e. Bid Porm (Form 1) b. Contrectom Key Personnel (Form 2) c. Material Manufacmrua (Form 3) d. List of Major Subcontractors (Form 4) Statement of Bxperience (Form s) F. Trench Safety Act (Form 6) g. Bid Bond Form (Form O) b. Insurance and Hond:ng Requirements (Form 8) i, Conflict of2ntareat Certifcation (Form 9) j. Vendor Declaration Statesman[ (Porto 10) k. immigration Law AtTidavit Certification (Form 1 I) MUST be signed and attached with your submittal. 1. Sigurd Grant Provisions and Assurances package iv its entirety, if applicable, are executed end should be included with your submittal. 9. Copies of required information have bean attached Business tax Receipt (Collier County Businesses Only) b. Company's B. Verify piofila page or memorandum of und¢istending c. Certificate of Authority to Conduct Bueinesa in State of Florida (sunbiaorg) d. REGUIREDr Collier County Contractor License/certiticate of competrncy having a Collier County ]rsigation Sprinkiw Contractor Lieanae SB a State aF Florida Ganaml Contractor having e Collier County Irsigation Sprinkler Contractor License �Colller County Irrigation Sprinkler Conttsetor Licens¢; god Intermediate Maintenance of Tmtfie COrliticatign end five yeah of Landscape and Irrigation Installation Roadway experience end five years of fntnrmedieta Maintrnance of TrafFic experience. Dooumrntatien meeting the quel:Pcstion must be submitted at the time of bid submission. e. Vendor W-9 Form ] O. If required, the amount of Sid bond has bean checked, and the Bid bond ar cashier's check has been svbmittod. 1 L Any addenda have been signed and acknowledgement form attached and included. 12. The Bid will be uploaded in time to be receivetl no later than the spmiFed ooenin¢ data and time, otharwiso the Bid cannot ba considered. c',F� EXHIBIT A-3: CONTRACTOR'S KEV PERSONNEL ASSIGN EO TO THE PROJECT Name [Damon Himmel] Personnel Cateoory Construction Superi ntandant [Dale Han Hula /Damon Himmel] Project Manager Conalructlon Sarvlcas Agr¢¢m¢n�: [2026_var.4] C�� EXHIBIT B-9: PUBLIC PAYMENT BOND ® Attached hereto, following this page Not Applicable to Constmcflon Servlcas Agra¢manl [2D26_vec4i CAO / - THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 7'13.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT VNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 7'13.23 FLORIDA STATUTES. E - PVBLIC PAYMENT BOND Executed in 2 Counterparts Bond No. 10'1715707 _ ConVacl No. 25-8366R. KNOW ALL MEN BY THESE PRESENTS: That Hannula as PrindpallContraclor. IOcated at � 705'I Jean S[real Un es 6urety, located Telephone Number) a duly organized cprporatian, nationaly recognized surety company licensed and/or reglatered to engage in the surety business In the 3tata of Florida and enter into agreements of surety with a resident or non-resident ag¢nl licensed to conduct busmass In the Elate of Florida and axiakng under and by virtue of [ha laws oT [pa State of Florida. ere bald and linnly bound to Colllar County Board of County Commissioners, located at 3299 Tamlami TraN East. Saito 102, Naples, FL 341'12-5746, Telephone: (239) 252-8999 as Obligee In the aUm of _ Savan Hundred Three Thousand Four Hundretl Twenty -Four and 98/t 00 Dollars ($ 703,424.98-------___ ----------- t, this Includes allowance, lawful money of the Vnkad States of America, for the payment of which, well antl imly be made to the Odlgee. The Prinetpal/Conlrector antl the Surety bind thamsawes antl each o1 [hair hairs, axacutore.. administretors, successors. and assigns, Jointly and severally. finny by these presents ea follows: WHEREAS. PdnclpeVContrador has entered into a coMrect dat¢d es of the _ tlay of __,. ZO_ with Obllgaa far V S 44 Tamiami Trail_East Lantlacape &' (protect) with the Obligee. to Tumlah at PdncipallConvac[or's awn cost. charges, and azpansa all the necessary materials, aquipmenq and/or labor, in strict end express accordance wIN the Contract, which Contract and ell exhibits, is made a part of this Bond as fully and completely as H said Conttad war¢ sat forth herein, is refarretl to as 4he Contract. NOW, THEREFORE. the conditions of fMa obkgatlon era such that. the above bou nd¢d PdneipaUContrador shall promptly make payments td all persona supplying materials. equipment. services and/or labor used directly Or Indirectly by said PrtnaipavContractor of subconttadora in the prosecution of Ih0 Work provided for In the GOntrad In accordance with Sadidns 256.05 or 193.23. Florida Statutes; than this obligallon soak be null and votd and of no funhar force antl affect: utharwisa to remain in full force and offect; AND, the said SURETY for value received. hereby stipulates and agrees that no change Involving any extension Of gma, or addition to the terms of the Contract or to the aervicea Yo be performed. o� materiels to be furnished th¢reuntler, shall affaut raid obligation of the SURETY on lots bond, and the SURETY does hereby waive notice of any such efiangas. ¢xtension of time, alterations. or addiliona of the terms of the CUntracl or to the work, of io the scope of aervicea. w any other ' Irrl9ation Improvements, Colllar County, FL (a,6•t� Cocuslgn Envelope IO: CFCEOCAF-792A-0A24-aCE2-F294'IOGB7B'1 E changes, compliance or noncompliance to lho terms o/ the Contract as to the work or scope o/ services. The Surety agrees that modlgcallona ono changes to the forms and nondlUons of the Agreement that Increase the total amount to ba paid the Contractor shall automatically {neroasa 1ha obligation of life Surety on this bond and nollca to the Surety Is nol required Yof suctl increased o611gaHon Claimant shall glee wrlltan noUca to the Principal/Contrectol and to the sURF_7Y es raquealad by 8act[ons 255.06 or 713.23, Florlde Statutes. Any actions agalnal the pnnclpai/Contractor or the SURETV shall ba brought within the time apeciffad by Section 265.U6 or Sedlon T13.23, Florida Statutes. IN WITNESS L1tR-iFREOF. lha above parties have axeculad thi6 Inatnlmant this _ 6th day o1 March 20 26 ,the Hama end corporate seal of each corporate party being hereto afexad and these presenter duly signed by its undetelgnad ropreaentative. pursuant to aulhorlty of Hs governing body_ Slgnad, sealed end dellyerod In the presence oh PR7N IPA L/CO TRACTOR: Hannula Landscaping and Irrigation, Inc. ��Ywt� Signature Name and THIe STATE OF �T tW`�- COUNTY OF G G� The foregoing instrument wsa acknowlaggptl bofnre �a by a of Phyalcal presence or oniinp-nptarizatlon, tnls l�day of �b �. UGlizby _ __. ere _��• ��Y�Nrs �d�w• l- of � �v._1q_t T—`=tea- corporefion, on behalf of the corporation. Ha/S rsonall known to ma OR has produced - Idanti�a nand did (dI �i{OtjTa tf a an oath. My Comm{aslon Expires: - _ _. (AFFIX OFFICIAL SEAL �a� Publlo 6tsle e1 Fterlds {Legibly Pdntatl) ��� Notary nbetn Notary Public, 8tata of _ _ Renee Ra I tpy Cemmb'i12aiZpZg pest• COTM19aiOn NO.:_ �� �j���_� to ExDlree (cnt•� SURETY: Merchants National Bonding, Inc. w ,�,�(,. K D'X:--�- _ Po Box iaas5 AUF 1orYad Signature Oas Molnas IA 50308-3498 Sarah K. O'Linn. Attornav-in-Fact (Printed Name)8. FL Lic. Rasitlant Agent (Buetnaas Address) I n q u i rise: 40]-788-] ]]O Atte/s�t:� Meadow Metlal, WI[nass CORPORATE ACKNOVIh_EOGMENT STATE OF FLORIOA COV NTY OF ORANGE The (oragoing instrument was acknowledged before me lhls 8th day of Maroh_, �p25 py Sarah K. O'Linn (name of officer or agent, tide of offlcar or agent), of Merchants National Bonding Inc. (Hama of corporation aoknowladging), a IA (stela or piaoe tN incorporation) cprporation, on behalf of the corporedon_ Ha/She is (pare Itv K to ma) (or has producatl Idantificatbn) N/A _._(type of identi5cation) (es Idantlfication) and (tlb/did not) take en oath. �' Signature of Person Taking Nelary vuelle slate er modes Acknowledgment M 19 m101 Bur9e� rl My COm Ia6100 NN 4T8TO6 1 ExPlros tan>/foe] Migdial Burgos Name of Aoknowledger Typal, Printed ar 6tampad <rwu EXHIBIT B-2: PUBLIC PERFORMANCE BOND ® Attached hereto, following this page � Not Applicable is Gona[mcOon SeMces Agr¢¢mant [2025_vat.4] CAS THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION ]73.23 FLORIDA STATVTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MVST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION ]73.23 FLORIDA STATUTES. EXHIBIT B 2• PUBLIC PERFORMANCE BOND Executed in 2 Counterparts Bond No �01]76]07 _ Contract No. 25-8366R KNOW ALL MEN BY THESE PRESENTS: That H 1 L d p ng d 1 I t' n Inc as PdncipaVContractor, located at 7]067 Jean Street, Unit?, Fort Myers FL 3396] T 10n11 -(239) 43]-9666 (Business Address and Telaphorre Number). and M h t N tional Bonding Inc as Surety, located at PO Box 74498 Das Moines IA 50306-3498 Telenhnnr+ (575)_243-87]7 (Business Addr¢as and Telephone Number) a duy organizetl corppratien, nationally recognized surety company licensed and(gr registered to engage in the surety business In the Slats of Florida and solar into agr¢amanas of surety with a realderd or non-resident agent licensed [o conduct business in the Slates of Floritla and 0xlating under and by virtue at the Taws of the Stele of Floritla. era hakj and firmly bound to Cogier OOJnty Board of Caunly Commissioners loratatl at 3299 Tamlamr Trail East, Suite 702, Naples. FL 34172-8745, Telephone: (23g) 252-8999 as Obllgea In the sum Of Severn Hundred Thrace Thousand Four Hundred Twenty -Four and 88/t00 Dollars---------(f 703y424.98-- --- —--------------------------), lawful money of the United Slates of Amarir;a, for the psymant of which. well and truly ba made to the Oblige¢. The PrtncipaVContractor and the Surety bind mameaNas and each of their hairs. executors, atlministratvrs, suceasaors. antl asalBna. jointly end severally_ Hrmly by these presents as follows: In the avant of a tletaull by the Pdnclpal/ConlraUor. the Surety shall assume all obligations of [he PrtnelpallContreeler under the Contract Ineluding prowdirrg the required scope of services set forth in the ConKact assuming all warranties, providing all es built drawings, meeting all indamniflcatlon and insurance requirements, psymant of reyallles and license fees. providing for the sataty of persona and property antl all other Obligations Of the Prindpal/Contractor UOdar the ConMact. WHEREAS, Pdneipal has enteretl mto a centracl dated as of the _day of . 20� with Obiigaa for US 47 Tam'ami Trail East Landscape &' (Project) With the Obligee to iumlah at PrincipaVContractor own ¢ost. charges, and expense all the necessary materials, equipment. and/or labor, In atriet antl express accordance wish the Contract, whloh Contract and all exhibits. Is made a pad of this Bond as fully and cOmpiately as V sold Contract ware sat forth heroin. is refenad to as ttre Conlra¢t. NOW THEREFORE, THE CONPITION OF THIS BONG and obligati¢n la such tha4 Iha above bontlad PrincipeVCOmractar shall In all respects fully, promptty, and faithfully comply with the terms and twndll{Ons of the Contract, including all exhibits. and shall indemnify and save harmless the Obligee against and from all costa. expenses, damages, including but not lialilad W damages for delay due to the PrinclpaVContractor's defauk. adomay's fees, inelutling appellate proceetlilgs, Injury, or loss of which said Obllgea may ba subject by reason of any wrongdoing, misconduct, want of care or skill. negligence, failure [O pegtion within the prescribeQ time, delay or default, including Pe[eni infringements, an the pad or Bald Prinelpal/ContraGor, its agents. or employees, In the execution or Dedormanee of the Contract; than this obligation shall be void; Irrigation Improvements, Collier County, FL �' l otherwise, to remain in full force and effect for the term of the Contract, including any and all guava ntae periods as specifically mentioned in the Contract; AND, the Surety, for value received, hereby stipulates and ag reas that no changes, extensions of time, alterations or additions to the terms of the Contract or other work and service to be partormad hereunder, or materials to ba furnished thereunder or the specifications referred to therein shall in anywise affect the Surety's obligations under this bond, and the Surety does hereby waive notice of any such changes, extensions of lima, alterations or additions to the terms of the Contract, or to the scope of services including the work, or to work or to the specifications to be provided by the Principal/Contractor or any other changes, compliance or noncompliance to the terms of the Contract as to the scope of services. The Surety shall ba responsible for delay, damages or liquidated damages due to Principal/Contractor's default and consequential damages for Surety's failure to fulfill its responsibilities as sat forth herein. Tha Surety agrees that modifications and changea to the terms and conditions of the Agreement that increase the total amount to ba paid the Contractor shall automatically increase the obligation of the Surety on this bond and notice to the Surety is not required for such increased obligation. This instrument shall ba construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. Any suit under this bond must be instituted within five years from the date Obligee obtained actual knowledge of the cause of action. CAO Gocuslgn Envelope 10: CFCEOCAF-]92A4A24-aGE2-F2]4'IOGa]6'IE 6th IN WITNE83 WHEREOF. khe above partle3 have executed thin tnetrurnant this _day of March , 20 25 the name and corporals seal o/ each corporate party bainB hereto aPoxad and Ulnae presents duly signed by Its undersigned reproaentelive, pursuant Io authority of Its Bcvernin9 hotly. Signed, sealed and dailvered in the press nca of: PRINCIPAL/CONTRACTOR: Hannula Landscaping and Irrigation, Inc. �ar�i�,��d� signakNra / 1 1�h(i. � N's+NNN_ I ^_ 1712P (, Ol'i✓1 Names and Tlila STATE OF T ,Q�� OOIINTY O�—� � The Foregoing inatrumenl w$ s�acknowlayg@d baiora ma by ns of phyalcal presence or op�o@ notarizeticn, Ihla i_b day of Oz� qY . !'ru�- - _. as i�1/��-AL—+air —__._ __. of �rN[L1fZL11_[��___—`��'___.a did (did noU take an Darn. My Commission Expires: (AFFIX OFFICIAL SEAL) No\erY Publto ate\s of PIorICa Rea�a Rofibaln sty COT lam\ea NN B\a6a( al El'Irea�. �w SURETY: Merohanis National Bonding, Inc c�_ __� _ K UX:--- Authorized 6ignafure Sarah K. O'Linn. Attorney -in -Fact (Printed Neme)& FL Lic. Resident Aganl I n q u i ria s: 407-786-7770 ATTEST: Meadow Medal, Witness STATE OF FLORIDA OOUNTY OF ORANGE PO Box '14496_ Das Molnas IA 508Q@:949 -- (eusiness Address) CORPORATE ACKNOWLEDGMENT The foregoing instrument was acknowledged U¢(ore me this Bth day oT March , 2026, by Sarah K. O'Linn _(Hama of oHioar or agent, title Of offfoer or agent), Of M h t N tt I B dine. Inc (name oT corporation acknowledging), a IA (atata or place of incorporation) corporation, on behalf of the corporation. He/She Is TOareenaliv known to me) (or has produced identifleation) ry/q (type of Wangflcatinn) (as Identification) and (did/did Hat) take an oath. Notary PuDlla Slate e/ FIorIEY Mlfl mlol Buepea 11 My Gom Isalen HH 4rer86 ExDlree t2/1 r/2820 L��--� Signature of Person Taking Acknowledgment M'gd'al Burg Names of Acknowledger Typeli. Printed or Stamped r�ri � MERCHA.L�TT� BONDING COMPANY.. POWER OF ATTORNEY Know All Paraone By TM1esa Presenlc, thvl MERCHANTS BONDING COMPANY (MVTVAL) entl MERCHANTS NATIONAL BONGING, INC.. both beln9 corpprallons of IM1e Slala of Icwe. entl MERCHANTS NATIONAL INDEMNITY COMPANY . an assumed name of Merchants National Bontling, Inc., (M1eraln collacllValy wiled Iha -Companies") de M1ereby make, conalltula and appolnL IndiVltlually, $aFeM1 K. O'Llnn Sarah SwN n: 10t T15T07 FrinGpal: Hannula Lantlscaping entl Irrigation, Inc. OUlgea: Collier County Boarli of County Commissioners lM1alr true end Iswlul Atbmey(a)-In-Fact to algn na name sa a rely(las) entl to azacute, seal and acknowledge any end ell bontls, undarlakln8e. ontrads entl o1M1er wriban Inalmmanta In tM1e nature thereof, on baM1alf of IM1e Companies in IM1¢Ir business Of guaranla¢ing the fidellte o/ persons. guarantaeing IM1e performance of conbada entl axacunng or guaranlealn0 bonds and untladakinga required or permitted in any [idna or proceetlinga allowed by law. TM1ia Power-aagllomay Is grantetl aM Is sl0nad and sealed by facsimile under and by autM1arlty of Iha By -Laws adoptetl by Iha Bcard oI Olradors of ma cempanias. 'TM1a PresidanL Bacrelary, Treasurer, or any Asalstant Treasurer or any Assistant Secretary or any Vise Prealdant aM1all M1aye power entl aulM1orlty la appoint Ahornays-In-Fact, and b authorize them to execute on behalf of the Company, and attach iha seal o} the Company Iharato. borWa and undarlakinga, recognlzancea, wntrecls oI indemnity end other writings obligatory In tM1e nature lM1areof." "The sl9nalure of any aunwtlzatl oMcar entl the seal of the Company may ba alnxatl by lemlmlla or electwnlc hanamisalon to any Power of Attorney or Cartlncatlon Ibereof aulM1orizing the azacullon and delivery o1 any bond, untlarteklnB. rewgnlzance, or olM1ar auralyshlp o oNlgallona of the Company, end sucM1 algnawre and Gael when so used shoo have ma same rome ana anau as mpagh manueny nxad.^ In cpnnectlon with obllgatlons In favor of the Florida Department o/ Transpatlallon only. II Is a0iaed [M1e[ IM1e power and aulM1wlty M1areby given to the A9omay-In-Fact Includes any end ell conaante for [M1e release o1 relainetl pamantagea entl/or final esllmelea an engineering entl conatmcllon conbacls required by iha States of Florida Department of Tranaparialion. II is fully understood IM1at co anling t0 iha Biala or Florida Dapanmanl 01 Tranaponellon maKing payment o1 the Onal asgma[a to the Conlmcler arld/Or Its aaslgnee, shall not relieve IM1Ia aUfety company Ol any o/ Its obll0elbns under Its bantl. In wnneellon with obllgatlons In favor of the Kentucky Department Of HI9M1waya only. II Is agreed That IM1e power and aulM1arlly M1eraby glean to Uta Attorney -In -Fact cannot ba motllnad or revakatl u lase pKor wdtlan personal notice o1 such intent M1as bean given to Na Commlasloner - Deparhnant of Highways pf tM1¢ CommornvaeltM1 of Kenucky at least Ihldy (30) days prior to the matllncatlon or revocation. In Wi[nesa WM1araoT. iM1e Companies M1ava caused thle Inalrumant to be algnad and sealed Nis day of •p\NB CO �� S\ONq ••NpL INO MERCHANTS BONDING COMPANY (MUTUAL) ��---�--••-'�/-O•. •• ��;• ��•- [ @ 40•-�FOq-'•B.'Y4 �• MERCHANTS NATIONAL BONGING, INC. •"yq�u pP Oggj.y1�•.• ��y: UQPP DR,Of._ y _ � �',� Nq.v� MERCHANTS NATIONAL INDEMNITY COMPANY • _2 �p� pi:�-• C2:_4 moo- O�103 •I-r t e3: �Q' i2_rd' I >/ O '1933 ti • z i ZOOS _: <a: xI� � r- _„c.(�iK� - �y�/,� _'ray'.. : G � " � By .a •e: •may ............ - �. �.�-........... �� �.` •.fir;•-____... ��t UNTY OF DALLAS ss. IM1ia day bf before ma appavrad Larry Taybr, to me personally krwwn, who being by me duly awom say IM1aI M1a la President 01 MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., entl MERCHANTS TIONAL INDEMNITY 60MPANY; and Aha•! ;ba e¢als aRlxetl N the Ipegoln9 lnstrumanl am the Corporate Seals of lM1v Compeni¢a: entl that the .�� �.���. .....e ve...e .., cuamn n tl u nI tFn Cmm�anlOa bV auN011b 0I Nak IaspeCllVe BpardB Of DIreC\015. A arA< Penni Miller a � Commizzian Number >89952 My Commisalon Ezpbas (Expiration of notary's commisalon - - tlpae not Invenmla IMa Ipawmam) 1, EllsabaN Sandare(aid, Secretary o1 MERCHANTS BONDING COMPANY (MUTVAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY do M1ereby codify [bat IM1e above and (oregdng la a Irue end coned wpy of the PO'NER-OF- ATTORNEY executed by sell Companiae, which la aGll In full force and egad and M1as not bean amended or ravaketl. In WI[nasa Wharaof, I have Fiaraunb sal my M1amf aM affixed iha seal of !M1e Companies/own IM1Is tlay of�///� Y�/����. :'y••O•NO\NO CO,jfe •• .•'g'PS\ON!G[ A. .`ONPL INO�. ��i�' / , _ �4/'�.�.�G" `� � r" 4ppP D'?HJ�':Lf•L �/�hi GCPPDp-�Ji��ae ��v.+FOR.y�`y .. ///V/`%/Yv`y J_ "� cz_ 3 '� t933 zr,).- 20B3 :��: '. �JEv� � :�: seeraeary to :: �. . R. ,. - ,% '. a.h-....„......-' \�� •'��iV .. per.=. •.63W_..__.— !�• - ...... • •'... ST ... •' •......�.........- .•.. 6 .• POA OOiH (5M25) EXHIBIT B-3: INSURANCE REQUIREMENTS (Fo//owing This Page) IB Cons�rucgon Services Agreement [2025_vac4] CAO RORM 8 -INSURANCE AND BONDING REQUIREMENTS 1'he Vendor shall at its own expense, carry and maintain insurance oovemge liven responsible companies duly auxhari>cd m do buaineas in the Smta of Plorida as set forth in POliivl g of this solicitation. Tha Vendor shall procure and maintain property insurance upon the entire projecq if required, to the full insurable value ofthe scope of work. Tha Couny and the Vendor w against each other and the County's separate Vendors, Contractors, Design Consul[anq Subcontractors, agents and employees of each and ell oftfiem, el] damages covered by property insurance provided herein, except such rigfits as they may have 10 the proceeds of such insurance. The Vendor antl County shall, where appropriate, require similar waivam of subrogation from the County•s separate Vendors, Design Gonaultants and Subcontractors and shal{ require each of them to inclutle similar waivers in their conVaets. Collier County shall ba responsible for purchasing and maintaining tts own liabtlhy insurance Certificates issued as a result ofthn awartl of this sol:citetion must idanti{y "Per any and all work performed on behalf of Collier County", or, the specific solicitation number and title. Tha Oanerel Liability Policy provided by Vendor [o meet the requirements o£ this solicitation shelf n e Collier County, Florida, as additional insured as to the operefions of Vendor under Chia solicitation and shall contain a severabiltty of interosts provisions. The Certifeate Holder shell be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier Couny. OR Collier County Oovemment, OR Collier County. Tne certi£caxa of insurance zest elate the Contract Number, or Project Number, o specific Project tlescription, or muse read: Por any and all work perform rd on behalf of Collier County. The amounts and types of insurance coverage shall eonlbrm to the minimum requirements set { rth in PORM g with the use of Insurance Services OtTice (i5O) fornrs and mdarsements or Chair equivalents. if Vendor has any se1P- nsured retentions or deductibles under any o{the below listed minimum required coverage, Vendor must identify on the Certificate of Insuraz[ce the nature and am un[ of such self- :assured retentions or deductibles and provide satisfactory evidence offinandal responsibility for such obligations. Al] sNf-insuretl retentions or tleduclibles will be Vendor's sole responsibility. Cweragefy2 shall be maimeiaed without Interruption from [he dais of commencement of the Work until the date of completion and acceptance ofthe scope of work by tfie County or as apecifled in ds solicitation. whichever is longer. The Vendor and/or itx i urance c shalt provide thirty (30) days written notice to [he County of policy cancellation o - wal on the part o{ the insurance c r the Vendor. The Vendor shall also notify the County, i alike manner, wihin twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non- wel or material change in coverage ar limits re ived by Vendor from its in and Homing contained Herein shall relieve Vendor of this requirement to provide notice. In the even[ of a reduction in the aggregate limit o£ any policy to be provided by Vender herewtlar, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extant permitted under such polity. Should at any time the Vendor not maintain the insurance coveregefg2 required herein, the County mry terminate the Agreement or at its sole discretion shall be authorized to pvrahase such coveregefy] end charge the Vendor for each coverage(gl Purohased. If Vendor fails to reimburse the County £or such costs within thirty (30) days after demand, the County has the right to offset these costa From any am ant due Vendor antler ihia Agreement o arty other agreement between the County and Vendor. The County shall be under no obligation to purohese such 3nsvranae, nor shall ti be responsible 1br the covtuagaf3l purehased or the insurance company o mpaniea used. Tha deetsiov of the County m purchase such insurance covaraga[y_3 shell in no way ba construed to be a we.ver of any of its rights under the Contrect Documents. I{the initial or any subsequently is ued Carttflcelc o{Insurance expires prior ro the completion of the scope of work, the Vendor shall furnish xo the County re swat a replacement Certificates) of Insurance not later than ten (1 O) calendar days after the expiration date on the certifiaala. Failure of Cho Vendor m provide the County with such renewal certiflcate(s) shall ba considered justification f r [hc County [e terminate any and all contracts. G i^O Fn RM 8 - [IVSIJRA.NC'E AND BONDI\G I2EQttIREMEN'F$ Colii¢r County i''lorlaa Insurance and Bonding Requirements tnauraoce/Band Type Regvirgd 6imi[s 3. ®Worker's Compensation Statutory Limits of Plorida Statutes, CM1apfer 440 and all Federal Government Statutory Limits and Requirem¢nts Evidence of Workem' Compense4on coverage or a Ccniflcarc o£Exemption is ued by ffie State of Fbrida is required. Entities that are formed as Sale Proprietorships shalt not ba required to provide a prop{ofexemption. An application Cor exemption can be obtained onlin¢ at fjt}Py_�vs.Fld{s.comAw •- mvt/ 2. ®Employer's Liability $ 1.000_000 Ingle limit per occurrence 3. ®Commercial General Bodily ]alury pnd Properly Damage Liability (Occurrence Form) patterned after the $ 1.000.000 Ingle limit per occurrence, $2,000,000 aggregate for Bodily I jury currm[l5O form Liability atd Property Demag¢ Liability. Th¢ 6meral Aggregate Limit Shall be endorsed to apply per project This shall include Premises end Operations; independent Contrea[ors; Products end Completed Op¢mtiona and Conhadual Liability. a. ®tndamniFcaHan To th¢ mux:mum extent persnitted by Plorida law, the Contraotor/Vendor shall defend, indemnify end hold harmless Collier Count', in officers and employees Rom any avd all liabilities, damages, losses end costs, including, but not limited to, onabla ettomeya' fees end paralegals' fees, to tfie axtmt caused by the nagligmce, ecklessnwa, or intmtio.raly w ongfirl conduct o£[he Contractor/ vendor or anyone employed or utilized by the ContrecrorNendor in the performance o£this Agreement. 5. ®Automobile Liabiliy $ 1.000_OOD Each Occurrence; Bodily Injury J$ Property Damage, Owned/Nan-owned/Hired; Automobile Included 6. � Other insurance ae 0 Wateromft $ _ Par Occurrence notes: Q United States Longahoremm's and Harborworker's Act coverage shall be maintained where applicabl¢ to the completion of the work. $ Per Occurrence [] Meri[im¢ Coverage (Jones Aot) shall be maintained where applicable m th¢ completion of me work. S Per Occurrence Aircraft Liability coverage shall be carried in limits of not Iws than $5,000,000 each occurrence if applicable io the completion o{the Services under this Agreement. S Per Occurrence Pollution $ _Per Occursmca 0 Professional Liabiliy $ Per claim 6< in the aggregate Pmj¢ct Prof¢ssional Liability $ Per Oecursence 0 Valuable Papers insurance $ _ Per Oomrtence 0 Cybar Liabi]ity $ Pw Occurrence Technology C'.rrors .@ Omissions $ Par Occurrence GAO 9 ®Bid bond Shali ba submitted with proposal response in the form of cartihad Funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clark, or proposal bond 3n a sum equal to 5% of the cost proposal. All checks shall ba made payable to the Collier County Board of County Commissiontts o a bank or trust company tocatcd in the Stets of Florida and insured by the Pederal Deposit Inaurenen cornoration. 8. ®Performance and Por projects in excess of $200,000, bonds shall bn submitted with fhe wcccuted Payment Bonds ontmct by Proposers receiving award, and wrinen Tor ]00% of the Contract award vnq the coat borne by the Proposer receiving an ard. Tha Performance and Payment Bonds shall ba underwritton by a surety authon'ud to do business in the $rote of Florida and otherwise acceptable to Owner; provldad, howeyaq the surety shall ba rated as "A--" or better as m genaml policy holdare rating and Class V o higher rating as [o financial size category and the amount required shall note eed 5% of the reported policy holders' surplus, ell as reported in the most c zrent Best Key Rating Guide, published by A.M. Bast Company, Inc. of 75 Pulton Street, Ncw York, New York 10038. 9. ® Vendor shall censure that ell subcontractors comply with the same insurance requirements that fie is required to meet Tha same Vendor ahaii provide County with certiticatea of insurance mceHng the required insurance praviaions. 30. ® Collier CovnTy must be named as "ADDITIONAL INSURED" on tfie Insurance Certificate for Commercial General Liability where required. This insurance shell be primary and non-contributory with respect to any other aintained by, or available for the ban�flt of, the Additional insured and the Vendor's policy shall be nao sad ao¢omingly. 11_ ® The Certificate Holder shall be named as Collier County Hoard of County Commissioners, OR, Board of County Commissionaza in Collier County, OR Collier County Oovamment, OR Collier County. The C¢nificates o£Insurance must state the Contract Nvmbeq or Project Numban or specific Project description, or must mad: For any and all work performed on behelFof Collier County. 12. ® On all certiflcatea, the CeR{facato Holder [Host reed: Collier County Hoard of Commissioners, 3295 Tamiemi Trail San, NapleA Pf. 34112 13. ® Thirty (30) Daya Cance{Iation Notice required. ]4. Collier County ahaii procure end maintain Builders Rish Insurance on all a:ona[reMion projects where it is deemed necessary. Such c varaga shall be endorsed to c r the interests of Collier County as wall es the Contractor. Pmmiuma shall be Filled to [fie p jec[ end [h¢ Conlrector ahaii not include Builders Risk premiums in its p ject proposal or project billings. All questions regarding Hnildcr's Risk insurance will be addressed by the Collier County Rish Management Division. GO — 4/7/2025 Vendor's lnaurence Acceptance Sy submission oFtha bid Bidder accepts and understands the insurance requirements oFthese specifications, agrees to intain these coverages Mrough the tivretion aftha egreemen< and/or work performance period, and that [he eyidenca of insurability may be required wixhin five (S) days ofnotification of recommended award of this solicitation. GAO EXHIBIT C RELEASE ANO AFFIDAVIT FORM fTemnlate Form Fo!/owfng Thfs Page) iv Construcllan Servlcea Ag�eament I2025_vec4 CAS EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF ( ) STATE OF( ) Before me, the undersigned authority, personally appeared who after being tluly sworn, deposes and says: ('1) In accordance with the Contract Documents and in consideration of $ to ba received, ("Contractor") releases and waives for itself and ifs subcontractors, material -man, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in eny way to the performance of the Agreement between Contractor and Owner, dated 20 for the period from to .This partial waiver and release fa conditioned upon payment of the consideration described above. It is not effaMive until said payment is received in paid funds. (2) Contractor certifies for itself and Its subcontractors, material -man, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and. other expenses for which Owner might ba sued or for which a lien or a demand against any payment bond might ba filed, shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees [o Indemnify, defend and save harmless Owner from all tlemands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the pertormanca by Contractor of the Work covered by this Raleasa and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/flnap Application for Payment No Contractor's Signature Names and Titles STATE OF :�Z 1�L �rtil� Tha foregoing Instrument was acknowledged before me by means of _physical presence or _online notarization, this _day of 20_ by as of a corporation, on behalf of the corporation. He/She is personally known to me OR has produced identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) (AFFIX OFFICIAL SEAL) (Legibly Printed) Notary Public, States of Commission No.: CAO EXHIBIT �-'1 CONTRACTOR APPLICATION FOR PAYMENT FORM (Temo/ate Form Fo//owinn This Page) �a Conslmc�lon 5¢rvlc¢c Apreamanl: [2025_ve� CAO EXHIBIT D-t FORM OF CONTRACT APPLICATION FOR PAYMENT Co//ier Count Board oT Count Commissioners the OWNER or Col/lar Count Wafer -Sewer Owners Project Mena ar's Nama: Bid No. Project No. Count 's Oivislon Name Purchase Order No. Submitted by Contractor Ra resentativa: Name Application Date: Contractor's Name & Addrass� Payment Application No. Ori inai Contract Times: Ori final Contract Price: Rav(sed Contract Time: Total Chan a Orders to Data: $ Revised Contract Amount: $ Total Value of Work Completed 8. storaa to Data: $ Retainage QS^/o through Insert Data $ Retainage @ 5Ya through [Insert tlate $ Retainage Cat YO after Insert date $ Less Retainage $ Total Earned Lass Rataina e $ Less revious a mant s ParcenY Work Completed to Data: ^/o AMOUNT DUE THIS APPLICATION: $ Percent Contract Times Com leted to Date: ^/a Liq uidatad Damages to Be Accrued $ Remaining Contract Balance $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: Tha undarsig nad CONTRACTOR certifies that: ('I) all previous progress payments received from OWNER on account of Work done untler the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR red in connection with Work covered by prior Applications for Payment n mberetl 'I through inclusive; (2) title tooall materials and equipment incorporated in saitl Work or ofherwisa listed in or covered by this Application for Payment will pass to OWNER at Yima of payment free antl clear of all liana, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have bean paid for work which previous payments were issued and received from the OWNER and [hat currant payment is now tlua; and (4) CONTRACTOR has only inclutletl amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not bean properly approved by Owner in writing and in advance of such Work. ConlrectoYe Nama Con[rac[Or a Si nature: Data: Types TI[la: Sha// be sfgned by an euthodaad re resentative of the Contractor. Pa mant to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is reoommendetl b Dasi n Profaealonal's Names: Si nature Data; Pe man[ [o the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION la recommended Owner's Pro act Manes ar Names: sl nature: Data CAO EXHIBIT D-2 SCHEDULE OF VALUES (7"amo/ate Form Fo//owlna Thls Paoe) +a ConsVucllon Sarv[ces A9/aemenL [2026_v CAO �_ cno EXHIBIT D-3 STORED MATERIALS (Temo/a to Fo,m Fo!/owino Thfs Paael zo ConeVuctlon 5¢rvicas Ag�eamenC [2025_vec4 CAO m o V p �j O O r K u � d M � O o _ s� aN �o �w rs �o �� V a r Q p O rc f >O 2 O Q S% 6 �_ a 8 5y g i9n 8 EXHIBIT E-1: CHANGE ORDER fTempiate Form Fo//owino This Paoe) C.qO 1 Conatrucl�on SerWcas Pgreemant [2026_v¢c4] EXHIBIT E-� CHANGE ORDER FORM Collier County PfgCYremant SBrvicas Con[rect# CO# PO# Project Name: contractor/Consultant Name: Salact Ona: � Contract Motllfication (ConsMuction or Project 3pacl9c) Project #: � WorK Order/Purchase Ortlar Motliflcatlon Project Manager Nama: Division Nama: Original Contract/Work Ortler Approved Amount (axclutlin9 Owner's Allowance) BCC Approved Data 8 Agen As Item: Orl final A vatl Owner's Allowance Currant Conirect /Work Ortlar A vatl Amount Dollar Amount oT this Chan a Revls¢tl Contract /Work Order Total Total Cumulative Chan es Inclutlin all than a orders Notic¢ to Proceetl � # olf Days TP � ComiPl [loin Data � APProlved Data Date # of Days Adtletl Ravlsatl Final Data Currant Substantial Completion Data <includas [his change) � (if applicable) Check H applicable: 0 Par Florida Statute 218.T66 Prompt processing of change ortlars: For any contract for conatrucHon serYleas entaretl o af[¢r July t, 2926, the local governmental entity muvt approve or deny the price quota and santl wrlHan notice of that decisionrwitF in 35 days aHar receipt of such quota. Quota Data of Response Due Data Receipt � (36 days from Data of Receipt) Provitla responses after each question in box below (Responses should ba brief and a acific). Attach additional Information and/or documentation from the Design Professional and/or Conirec[oq if needed, with your submission of this Change Ortler and complete summary on naM page. Chock all tM1at apply to this Change Ortlar request 0 Atltl Time (Include Affidavit Regartling Labor antl Services); O Adtl Tunds; � Usa of Allowance; Modify/Delete existing Task(s); � Add new Task(s); 0 Raallocata funtls; O Other (must ba explained in detail below) 'I .) Detail of change/s tp ba made through this Change Order. 2.) If this Change Ortler is cu mantiy under a Stop Work, please identify the tlate issued and number of days remain in9 or "N/A" if not applicable. 3.) Explain why this change was not included in the original contract/IlVork Order. 4.) Describe [he impact if this change is not processed. Page t of 4 Change Ortler Form t=/''(� Collier County Procurement Services Contract# CO# PO# ProJact#: Project Nema: Contractor/Consultant Nama: Change Order/Amendment Summary (If addi[lonal spaces needed, attached a separate Summary page to this amendment request) CO# AMD# Oascrlptlon COST TIME Juatificatlon Addltive Oetluctiva Oays Addeo Total Naw Tma � Check here if edditlonal summary page/s are attached to thls Change Order Pogo 2 of 4 CAO Chang¢ Ortlor Form �)Collier County �' Procurement Servleas Contract# CO# PO# Project #: Project Name: ContractodConsultant Nama: Acceptance of this Change Order she// constftuta a modiFcatlon to contract/ worK order id¢ntified above and w]/l b¢ subj¢cf to aJ/ the same [arms and conditions as conta/ned in [he contract/ worK order indicated above, as fW/y as if the same were stated /n th/s acceptance. The adJustment if any, fo iha Contrecf she// consflfu[e a fu// and fine/ sett/arrant of any and a/1 c/a/ms of the Contractor/ V¢ndaNConsultant/Design Profass/ona/ arising out of or re/atad to the change sat foRh her¢!n, Jnc/ud/ng c/alms for impact and de/ay costs. Contractor/Consu/tanf/Oaslgn ProfassJona/ signature ba/ow must be from an authorized parson/officer/d/racfor of the Company or /fisted as the qua/Jf/ed lfcens¢d Professional "Project Coordinator" or Design/Engineer Prof�ssJona/ under th¢ agreement Signature authority of parson signing wi// be ver f/ad through th¢ contract OR through the F/odds Oapartmartt of Sta t¢, Division of Corporations (Sunbiz) websita (httas://dos.mvf/odda_com/sunblz/s¢archQ. /f the parson slgn/ng is not /ist¢d, wa w/// rago/re signature authority by one of the /fisted offlcars/directors of the company giving thaf person signature authority. Prepared by: Data: Signature-0ivision Project Manager Priniatl Name Accaptatl by: Dale: Signature- Design/Engineer Proleasional (if applicable) Printed Name/TI[le/Company Nama Accepted by: Date: slgnetnre- contraotodconauleant/vantlor Printed Nama/Title/ Dompeny Name Approved by: Data: Signature -Division Manager or Dealgnaa (Opt/one/) Approved by: Data: Si9na[ura-Division Director or Dasl9nae (Opt/one/) Approved by: Date: Signature -Division Administrator or Designee (Opdona/) Page 3 of 4 CAO Change Order Form Collier County Procurement Sarvic¢s Contract# CO# PO# ProJact#: Project Names: Contractor/Consultant Name: FOR PROCUREMENT USE ONLY FV CO Raq oast# PUR- Approvatl by: Signature -Procurement Professional Signature/Data Approvatl by: Signature -Procurement Manager/Director (OPT/ONALJ APPROVALTYPE- 0 Atlministra[Iva � Administrativ¢-BCC R¢port 0 BCC Stand -Alone ES ATTEST: Crystal K. Kinz¢I, Clerk of the Circuit Court and Comptroller Dat¢tl: (SEAL) BCC APPROVAL BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Date: Ag¢ntla # Approvatl as to Form and Legality: Deputy County Attorney Print Name Pages 4 of A Change Ortler Form Chairman CAO EXHIBIT E-2: WORK DIRECTIVE FORM (Temo/a [e Form Fo//owino This Paael CAO zz consvucnon sor�mes sg�a.,,enc Izozs_ver.al EXHIBIT E-2 WORK DIRECTIVE CHANGE PROJECT NAME: CHANGE # DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Collier County Board of Commissioners PROJECT#: CONTRACTOR: ENGINEER: You are directed [o proceed promptly with the following change(s): Description: Purpose of Work Directive Change: Attachments: If a claim is made that the above changes) have affected Contract amount or Contract Times any claim for a Chang¢ Order based thereon will involve one or more o£the following methods of determining the a{fect of the changes(s). Method of determining change in Contract amount Method of determining change in Contract 0 Unit Prices 0 Lump Sum 0 Time and Material 0 Other A not -to -exceed estimated increase (decrease) in Contract amount Increase or decrease by calendar days - Times: � Contractor's records 0 Engineer's record � Other A not -to exceed estimated increase (decrease) in Contract amount: Increase or decrease by calendar days - RECOMMENDED: AUTHORIZED: BY: By" Engineer OWNER's Representative ^An itemized cost proposals)/quote(s) shall be submitted with the Chang¢ Order. CAO EXHIBIT F-1 CERTIFICATE OF SUBSTANTIAL COMPLETION FORM (Temo/ate Form Fo//owinn This Pane) CAG 23 ConsbucHon Services Ag�eemenT [2026_vec4] OWNER'S Project No PROJECT: CONTRACTOR Contract For _ Contract Date EXHIBIT F-'1 CERTIFICATE OF SUBSTANTIAL COMPLETION Design Professional Project No. This Certificate of Substantial completion applies to all Work under The Contract documents or to the following specified parts thereof: To Substantial Completion is the status of completion of the Work which, in the opinion of the Project Manager as evidencetl by a definitive Certificate of Substantial Completion, is complete in accordance with the Contract Documents, except for minor outstanding items listed on the Punch List. Substantial Completion includes, but is not limited to, the following occurring: ('I) the Work can be safely utilized for the purposes for which it was intended; (2) all regulatory agency requirements are satisfied, including occupancy permits, operating certificates and similar releases, (3) all operational testing has successfully occurred; (4) all required training has successfully occurred; (5) all close-out documents (such as as -built drawings, certifications, warranties, guaranties, test reports, test logs, operational manuals, etc.) have bean provided by the Contractor and accepted by the Owner, and permit acceptance by permitting agencies, if applicable. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in acco rtlance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION CAO A Contractor generated punch list of items to be completed or corrected is attached (i.e., a list of all items required to render the Project complete, satisfactory, and acceptable, for submission with the request for inspection antl issuance of a ce rtiFcate of Substantial Completion), which shall include and list separately the estimated cost to complete each remaining unfinished item included oh the list with an explanation as tc the basis for those costs, substantiated by the Schedule of Values. A final Punch List Exhibit F-3 ("Punch List") will be developetl, by the Owner antl Contractor, with the Owner having the final say on the items included on the Punch List. The Punch List must include all items required to render the Project complete, satisfactory, and acceptable. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the Punch List must be completed or corrected by CONTRACTOR within 30 days from the delivery date of the Punch List and Contractor shall provide Owner with written notice that all Punch List items have been completed. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance, and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executetl by Design Professional on 20 Signature of �eslgn Professional Type Name CONTRACTOR accepts this Certificate of Substantial Completion on 20_ and will submit within five calendar days, an approved pay application to bccaoclerkCracollierclerk.com. The pay application will include regular schedule of value scope work to ba billed and all work to be billed for all change orders. Signature of Contractor Type Name and Title OWNER accepts this Certificate of Substantial Completion on 20 Signature of Owner Type Name and Title ��o EXHIBIT F-2 CERTIFICATE OF FINAL COMPLETION FORM (Tama/a[e Form Fo//ow/no This Paoe) 29 Constructlon Sewlcee Agr¢em¢nC (2O2S_va�.4] CAO OWNER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date EXHIBIT F-2 CERTIFICATE OF FINAL COMPLETION Design Professional Project No. This Certificate of Final completion applies to all Work under the Contract documents. The warranty in Exhibit G-2 is attached to and made a part of this Certificate. To And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION CAO Executed by Design Professional on Intentionally left blank 20 Signature of Design Professional Type Name and Title CONTRACTOR accepts this Certificate of Final Completion on this Signaturc of Contractor Type Name and Title OWNER accepts this Certificate of Final Completion on this 20 Signature of Owner me and Title 20 Cq0 EXHIBIT F-3 PUNCH LIST FORM fTamofate Form Fo!/ow7nv Thfs Pave) CAG 26 conao-uaion so�mos nsraeme.,n: Izozs_var.a� EXHIBIT F-3 PUNCH LIST FORM by Delivery Date of Punch List from Owner to Contractor: (date of final Punch List). Final Completion Data: (30 days from the delivery of Punch List for projects to cost less than ten million dollars) (45 days from the delivery of Punch List for projects to cost more than ten million dollars) Coo EXHIBIT G-'I FINAL PAYMENT CHECKLIST /Tamn/afa Form Fo!/owino This Paoal CAO ConsVucllon Services Ag�eem¢nt [2025_v®f.4] Bid No_: Contractor: EXH161T G-9: FINAL PAYMENT CHECKLIST Project No.: m oat¢: The following items have bean secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount Final Contrect Amount: Commencement Data: Substantial Completion Time as sat forth In the Agreement: Calendar Days. Aclual Data of Substantial Completipn: Final Completion Times as sat forth in the F-3 Punch List: Calendar Days. Actual Final Completion Data: YES NO 1. All Punch Lis[ items completed on 2. Warranties and Guarent¢as assigned to Owner (attach to this form). 3. Effective tla[¢ of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment [o this form). 5. As -Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (ai[ach to this form). B. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits recalvad from Contractor on: t0. Consent of Surety receiyetl on 'I t. Operating Department personnel notiTetl Project is in operating phase. t2. All Spare Parts or Spacial Tools provided to Owner: t 3. Finished Floor Elevation Certificate provided to Owner: '14. Other: If any of the above is not applicable, indicate by N/A. If NO is ch¢cketl for any of the above, attach explanation. Acknowlatlgmants: Executed by Design Professional on Signature of Design Professional Executed by Contractor on Slgnatu re of Contractor Executed by Owner on Signature of Owner 20 zo Types Name antl Title ,20 Types Name antl Title CEO (Tema/ate Form Fo//owino This Paoo) Cqo z� Canstmcllon Se�Wcea AgreemenC [2026_vec9] EXHt BIT G-2 WARRANTY In consideration of ten dollars, ($'I 0.00), receipt of which is hereby acknowledg etl, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly pertormad by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Substantial Completion: Name and Address of CONTRACTOR: CONTRACTOR warrants antl guarantees the work pertormed pursuant to the contract shall be free of all defects of materials and workmanship fora period of one year from the DATE OF SUBSTANTIAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demantl by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty antl guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work Porto rmed under the contract and does not constitute a waiver of any rights provided pursuant to F/orrda Statutes, Chapter 95, at seq. CONTRACTOR: WITNESS: Signature Name Printed antl Titles CAO EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to ba constructed in accords nca with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called far. When words which have a wall -known technical or trade meaning are used to describe work, materials or aq uipmant, such words shall be Interpreted in accordance with that meaning. Reference to standard specifications, manuals or codas of any technical society, organization, or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the lima the Work is performed, except as may ba otherwise specifically staked herein. 1.2 If before or during the partormance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or soma other third party, as directed by Protect Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measu ramants and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extant of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work -site and the project area as a whole; topography and ground surface conditions; nature and quantity of the su rtace materials to ba encountered; su bsurtace conditions; equipment and facilities needed preliminary to and during partormance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any a pplicabla conditions shall not relieve Contractor from any of its responsibilities to partorm under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. zs C_ J GansVUIXlon Sarvlcea Agreement [2g25_var.4] 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub -Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting, and protecting all Utilities at all times during the course of the Work. Tha Contractor is respon sibla for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to ba coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions era encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially From those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the [arms of the Contract Documents, than Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or lima required For, pertormanca of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those Indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investig alive services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing. stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (�) calendar days after Contractor's recai pt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 3. SCHEDULE 3.1 The Contractor, within ten (10) calendar days after the Board's award of the Agreement, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Times. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 Tha Progress Schedule shall ba updated monthly by the Contractor. All monthly updates to the Progress Schedule shall ba subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. Tha Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be pertormed in accordant® with the requirements of all Collier County Noises Ordinances then In effect. Unless otherwise specified, work will generally be limited to the hours of 7 a.m. to 7 p. m., Monday through Saturday. No work shall be pertormad outside the specified hours without the prior approval of the Project Manager. 2a CAu Construdlon SerNces Agreement: [2025_var.9] 4. PROGRESS PAYMENTS. 4.2 At least ten (i O) days prior to submitting the monthly Application for Payment, the Contractor shall submit to the Project Manager a final Schad ule of Values. The Schedule of Values shall ba satisfactory in form and substance to the Project Manager and shall subdivide the Work into component parts in sufficient detail to serve as the basis for measuring quantities in place and calculating amounts for the Contractor's monthly prog roes payments during construction. Further, it shall include the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any su bsaquantly identified Subcontractors are subject to Owner's prior written approval. Unsupported or unreasonable allocation of the Contract Price to any one activity shall be justification for refection of the Schedule of Values. The Contractor shall not submit an unbalanced Schedule of Values which provides for overpayment to the Contractor on activities that would be partormed first. The Schedule of Values shall ba revised and resubmitted until acceptable to the Project Manager. Once the schedule has been accepted by the Project Manager, the Owner reserves the right (at its option) throughout the Contract to require that the Contractor honor a particular price contained in the Schedule of Values, if the activity pertaining to it is being deleted or modified. Upon approval of the Schedule of Values by the Project Manager, it shall be incorporated into the form of Application for Payment attached to the Agreement as Exhibit D-'I and shall be used as the basis for the Contractor's monthly Applications for Payment. The schedule shall be updated and submitted each month along with a completed copy of the Application for Payment farm signed by the Contractor's authorized representative. 4.2 The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date, and monthly thereafter, but not more often than once a month or prior to substantial completion being met. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or eq ulpment that have not been incorporated into the Protect. if payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location agreed to by the Owner in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insu rants and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of Its Application for Payment, the Stored Materials Record form attached hereto and made a part hereof as Exhibit D-3. 4.4 Contractor shall submit its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). Within twenty (20) business days after the data of each Application for Payment is eta mpad as received, and within the timaframas sat forth in Section 2'18.735 F.S., the Project Manager, or Design P rofassional, shall either: (tj Indicate its approval of the requested payment; (2) indicate its approval 30 canstmcnon services na�reemenr [zoas_..er.a7 CAO of only a portion of the requested payment, stating in writing its reasons therafo r; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper Invoices shall be processed in accordance with Section 218.735, F.S. and the terms of the Contract Documents. 4.5 In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re -submit the Application for Payment. Tha Owner shall, within ten (10) business days after the Application for Payment is stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall withhold retatnage on the gross amount of each monthly progress payment in the amount of five percent (5%), as permitted by Section 255.078, F.S. The foregoing does not prohibit Owner from withholding ratainage at a rate less than five percent (5%) of each monthly progress payment as otherwise allowable under Section 255.078, F.S.. Any reduction in retainage below the maximum amount sat forth in Section 255.078, F.S. shall be at the sole discretion of the Owner. Such retainage shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Section 255.078, F.S. or otherwise required pursuant to Section 218.735(7), F.S. Any interest earned on retainage shall accrue to the benefit of the Owner. Pursuant to Section 218.735(8)(f), If the total cost of the construction services is $200,000 or less, then the 5 % retafnage requirement does not apply. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Fu rthar, to the extant directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub -subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub -subcontractor, or supplier has been paid in full through khe previous month's Application for Payment. Tha Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Protect at regular intervals based on the Contract Amount and Progress Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the avant of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are duo and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the data of services or prior to final completion. Any untimely submission of invoices beyond the speciRed deadline period is subject to non-payment under the legal doctrine of "lathes" as untimely submitted. Times shall ba deemed of the essence with respect to the timely submission of invoices under this agreement. 31 ConatrucOcn 3arviws AgraemanC [2025_var.4] CAO 4.'12 The Owner may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. The Owner may not accept any additional surcharges (credit card transaction fees) as a result of using the Owner's credit card for transactions relating to this agreement. 6. PAYMENTS WITHHELD. 5.t Tha Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections [hat reveal non- compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may ba necessary in the Owner's opinion to protect it from loss because of: (a) Defective Work not remedied; (b) third party claims filed or raasona ble evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not ba completed within the Contract Tima; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.f. era not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, Owner shall not ba required to provide Contractor any written notice prior to rectifying the situation at Contractor's expanse. Owner also may offset against any sums due Contractor the amount of any liquidated or non -liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the Contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to ofF--set the amount owed to the County by applying the amount owed to the vendor or contractor for services pertormed of for materials delivered in association with a contract. 5.4 If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark-up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or a Parent or a Subsidiary of the Company hclds any ownership interest, directly ar indirectly. 6. FINAL PAYMENT. 6.t Owner shall make Final Payment to Contractor in accordance with Section 2t 8.735, F.S. and the terms of the Contract Documents after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.'I harai n, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to Final Payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit form attached as Exhibit C, as wall as, a duly executed copy of the Surety's consent to Final Payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of Final Payment, the Contractor's Representative and the Project Manager shall jointly complete the Final Acceptance and Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G-1. 32 O ConaVucgan Services Agr¢¢m¢nL 12025_var.4J G.qQ 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and ell claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract pocuments and itlentified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the pesign Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contrac{ pocuments for all requirements far approval of materials to ba submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract pocuments in sufficient time to prevent any delay in the delivery of such materials and the Installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract pocuments by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or eq uipmant of other suppliers may ba accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not ba accepted by Owner from anyone other than Contractor and all such req uasts must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice tc Proceed is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately partorm the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and ba suited to the same use as that specified. Tha application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement ofi substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract pocuments (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute In connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be idantifiad in the application and available maintan ante, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from accapta nce of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall ba considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract pocuments, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed Is equivalent to that indicated or required by the Contract pocuments. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. COnBbYCtlOn SBrvICes Agreement 2025 vaf 4] O t - "o 7.5 The Project Manager shall be allowed a reasonabl¢ time within which to ¢valuate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, install¢d or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. Tha Owner may require Contractor to furnish ai Contractor's expense a spacial pertormanca guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 7.6 Per Section 2'18.755, F.S. effective July 7, 2025, Owner shall approve or deny a price quote far a Change Order within thirty (35) days after receipt of such price quota from the Contractor (receipt commencing the data upon which the County's Project Manager and Depa rtmant Heatl rec¢ives the price quote, whichever is earlier). A denial notice shall specify deTci¢ncies and actions necessary to remedy deficiencies. 8. DAILY REPORTS, SIGNED AND SEALED AS-BUILT3 AND MEETINGS. 8.9 Vnless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding weak in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the fallcwing: 8.'I .7 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.'1.2 Soil conditions which adversely affect the Work; 8.1 .3 The hours of operation by Contractor's and Sub -Contractor's personnel; 8.'1.4 The number of Contractor's and Sub -Contractor's personnel present and working at the Project site, by subcontract and trade; 8.'1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being pertormetl at the Project site; 8.1.7 Any unusual or spacial occurrences at the Project site; 8.'I.8 Materials received at the Project site; 8.7.9 A Ilst of all visitors to the Project 8.9.70 Any problems that might impact either th¢ cost or quality of the Work or the time of pertormance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. sa construdlon services Agr¢amant [2o25_var.a] �9p 8.2 Contractor shall maintain in a safe place at the Project site one record copy of th¢ Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all fell changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit, and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not lass than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean, and all changes, corrections and dimensions shall ba given in a neat and legible manner in a contrasting color. The "As -Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall ba available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition pr¢cedent to Contractor's entitlement to final payment, these "As -Built" record documents, samples and shop drawings shall be dalivar¢d to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all raco rds and supporting documentation, which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the data the Project is completed, or such longer Period as may b¢ r¢quired by law, whichever Is later, pursuant to Florida Public Records Law Chapter 119 and comply with specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: DIVISION OF COMMUNICATIONS, GOVERNMENT AND PUBLIC AFFAIRS 3299 TAMIAMI TRAIL EAST, SUITE 102 NAPLES, FL 34112-5746 TELEPHONE: (239) 252-8999 EMAIL: PUBLICRECO RDREQUEST(o7COLLIER.GOV The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow th¢ records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosur¢ requirements are not disclosed except as authorized by law for the duration of the contract farm and following completion of the contract if the Contractor does not tra nsfar the records to the public agency. 4, Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by 35 eansemcnon services ggreemanc I2o25_ver.at Cq� the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information tachnologY systems of the public agency. 9. CONTRACT TIME ANO TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and materialman, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as wall as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of govern ment, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or ba deemed to nave waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may ba responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will ba the right to seek an extension to the Contract Time; provided, however, the 9ra nting of any such time extension shall not be a condition precedent to the aforementioned "No Oamaga For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue partorming Work under this Agreement or any payment issued by Owner to Contractor ba deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. '1 O. CHANGES IN THE WORK. t 0.'I Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an am¢rgancy endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner in the form of a Work Directive, Exhibit E-2, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing pricy to starting such items. Owner will not be rasponsi ble for the costs of any changes commenced without Owners express 36 ConsFuctlon 5¢rvlc¢a AgreemcnY [2o25_vec4] O OAO prior written approval. Fatlura to obtain such prior written approval for any changes will ba deemed: (i) a waiver of any claim by Contractor for such Items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. f 0.2 A Cha nga Order, in the form attached as Exhibit E-'I to this Agreement, shall be issued and executed promptly after an ag reemant is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly pertorm changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order In the manner as Owner and Contractor shall mutually agree. t 0.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly partorm the change as directed by Owner in a written Work Directive. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determtn ation, Contractor must make a claim pursuant to Section '1'I of these Ganaral Conditions or else ba deemed to have waived any claim on this matter it might otherwise have had. '10.4 In the event a requested change results in an Increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonabl® direct labor and malarial costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent ('IO%) markup far all overhead and profit. In the avant such change Work is partormad by a Subcontractor, a maximum ten percent ('10%) markup for all overhead and profit for all Subcontractors' and sub -subcontractors' direct labor and material costs and actual equipment costs shall ba permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent ('15%). All compensation due Contractor and any Subcontractor or sub -subcontractor for field and home office overhead is included in the markups noted above. No markup shall be placed on sales tax, shipping or subcontractor markup. 70.5 Owner, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order or Work Directive Change. '10.6 Tha Project Manager shall have authority to order minor changes In the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the Intent of the Contract Documents. Such changes may be affected by Field Order or by other written order. Such changes shall ba bintling on the Contractor. '10.7 Any modifications to this Contract shall be in compliance with the County Procurement Ordinance, as amendetl and the Yerms of the Contract Documents in effect at the time such modifications are authorized. '10.8 For any contract for construction services entered on or after July 'I , 2025, the County must approve or deny a price quote for a change order requested or issued by the County within 35 days after receipt of such price quote from the Contractor (receipt commencing the date upon which the Cou nty's Project Manager and Department Head receives the price quote, whichever is earlier) consistent with the prompt processing of change orders set forth in Section 218.755, F.S. '11. CLAIMS AND DISPUTES. a� O cunsvucnon services nyreemenc [aozs_var.al oq 0 7 7.7 Claim is a demand or assertion by one of fhe parties seeking an adjustment or interpretation of th¢ terms of the Contract Documents, payment of money, extension of time or other relief with respect to the farms of the Contract Documents. The farm "Claim" also includes other tlisputes and matters in question between Owner antl Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with th¢ party making the Claim. 71.2 Claims by the Contractor shall ba made in writing to the Project Manager within forty-eight (46) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waiv¢tl the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (75) calendar days aft¢r the occurrence of the event, unless the Owner grants additional time in writing, or else th¢ Contractor shall be deemed to have waivatl th¢ Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. '17.3 Tha Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit, or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continua to make payments in accordance with the Contract Documents during th¢ pendency of any Claim. 'I 2. OTHER WORK. 72.7 Owner may pertorm oth er work related to the Project at the site by Owner's own forces, have other work pertormed by utility owners or let other direct contracts. If the fact that such other work is to be pertormed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such pertormance will Involve additional axp¢nse to Contractor or require additional time, Contractor shall sand written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notifietl of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will ba deemed to have waived any rights it otherwise may have hatl to seek an eMension to th¢ Contract Time or adjustment to the Contract Amount. 72.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or if Owner is pertorming the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introtluction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall tlo all cutting, fitting, and patching of the Work that may be required to make its several parts coma together properly and integrate with such other work. Contractor shall not entlanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or altar their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 72.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any tlelays, tlafacts or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 73. INDEMNIFICATION AND INSURANCE. 3a ocanstruollon servlcea AgreamanC [2o25_var.a] L.qO 13.1 To the maximum extent permitted by Florida law, Contractor shall indemnify, defend, and hold harmless Owner, its elected officials, officers, and employees, from any and all liabilities, damages, losses and costs, including but not limited to reasonable attarney's fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of Contractor, its employees, agents, officers, subcontractors and other persons employed or utilized by Contractor in the performance of this Agreement. It is further the specific intent and agreement of the Parties that all the Contract Documents of any project for which Contractor provided services ba hereby amended to include the foregoing indemnification. Contractor expressly agrees that it will not claim, and waives any claim, that this article violates Section 725.06, F.S., or is unenforceable pursuant to Section 725.05, F.S. This indemnification obltg ation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Section 13.1. This indemnification provision shall include claims made by an employee of Contractor or any subcontractor against Owner and Contractor waives any entitlement to Immunity under Section 440.11, F.S. Nothing contained herein shall be construed as a waiver of any immunity or limitation of liability Owner may be entitled to under the doctrine of sovereign immunity or Sactton 768.28, F.S. This indemnification provision shall survive the termination of this Agreement however terminated. Contractor's obligation to indemnify, defend, and hold harmless shall not be limited by the amount of any insurance required to ba obtained or maintained under the Contract Documents. Notwithstanding the foregoing. Contractor's obligations to indemnify, defend and hold harmless shall be limited to one million dollars ($1,000,000) or the Contract Price, whichever is greater, in accordance with Section 725.06, F.S. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate (lability of the Contractor, Owner, and any indemnified party. Tha duty to defend arises Immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and daf¢nd under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its pertormance under the Contract Documents, insurance of the types and in the amou nks set forth in the Insurance and Bonding Requirements form Exhibit B-3 to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B-3. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codas, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, F. S.). If Contractor observes that the Contract Documents era at variance therewith, it shall promptly notify Project Manager in writing. To the extant any law, rule, regulation, coda, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall ba deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the avant of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of pertormance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the data of this Agreement. 39 Conslrvcllon Sarvicea Agreement [202b_vac4i c'10 742 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 7986 as located at 8 U.S.C. 7324, at s,_lac„ and regulations relating thereto, as either may be amended. Failure by the Contractor tc comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 74.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States, including the requirements set forth In Florida Statute, §448.095. Contractor shall comply with all applicable provisions of Sections 448.09 and 448.095, F.S., as may ba amended. The definitions in Section 448.095(7 ), F.S., as may be amended, apply to this section of the Agreement. Contractor shall register with and us¢ the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all employees of Contractor. Contractor may not enter into a contract with a subcontractor to perform work under this Agreement unless and until the subcontractor registers with and us¢s the E-Verify system. If Contractor enters into a contract with a subcontractor to perform work under this Agreement, Contractor must obtain a properly executed affidavit from the subcontractor stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor must maintain copies of all such affidavits for the duration of this Agreement. Owner may terminate this Agreement for taus¢ if Owner determines that Contractor or Contractor's subcontractor has not complied with any applicable provision of Sections 448.09 or 448.095, F.S., as may be amended. Owner will terminate this Agreem¢nt for cause if Owner has a good faith belief that Contractor has knowingly violated subsecticn 448.09(7 ), F.S., as may be amended. If the OWNER has a good faith belief that a subcontractor knowingly violated Section 448.09(7 ), F.S., as may be amended, but OWNER determines that Contractor otherwise complied with Section 448.09(7 ), F.S., as may be amended, OWNER will notify Contractor as such, and Contractor must immediately termin eta Contractor's contract with said subcontractor. If this Agreement is terminated under Section 448.095(c), F.S.: (a) such termination is not a broach of this Agreement and may not be considered as such; (b) Contractor may not be awarded a public contract for at least 7 year after the tlate on which the Agreement is term inatad; and (c) Contractor is liable for any additional costs incurred by the Owner as a result of the termination of the Agreement. Contractor acknowledges, and without exception or stipulation, any Contractors) receiving an award snail be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 7986 as located at 8 U.S.C. 7324, at sao, and regulations relating thereto, as either may ba amended and with the provisions contained within this affidavit. Failure by the awarded Contractors) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County snail nave the discretion to unilaterally terminate said agreement immediately. 14.4 Applicable if Contract is $7 ,000,000 or more. By executing this Agreement and each and every renewal hereof (If renewal is separately provided for herein), pursuant to Section 287.135, F.S., Contractor certifies, represents, and warrants that: (a) it is not on the Scrutinized Companies with Activities in Sudan List. (b) it is not on the Scrutinized Companies with Activities in [he Iran Patrol¢um Energy Sector List, (c) it is not on the Scrutinized Companies with Activities in Iran Terrorism Sectors List, (d) that it does not have Business operations or is engaged in business in Cuba or Syria, and (e) that it Is not engaged or engaging in a Boycott of Israel, and that all such certifications were true at the lima it submitted its bid or proposal for this Agreement, as of the Effective Date of this Agreement, and as of the effective date of any renewal of £his Agreement. Notwithstanding anything contained in this Agreement to the contrary, the Owner may terminal¢ this Agreement immediately for cause if: (7) Contractor is found to have submitted a ao nyreemem: laozs_�er.a7 CAO false certification regarding (a) — (e) above in accordance with Section 287.135(5), F.S., (2) Contractor is found to have been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or is or has bean engaged in Business operations in Cuba or Syria or a Bcycott of Israel, or (3) Contractor is found to have been placed on a list created pursuant to Section 215.473, F.S., relating to scrutinized active business operations in Iran. Such termination shall b¢ in addition to any and all remedies available to the Owner at law or in equity. Tha farms "Boycott of Israel" and "Business operations' used in this section are defined as in Section 287.135, F.S.. The Lists referred to in this section are those Lists in and maintained pursuant to Section 287.135, F.S. Applicabi¢ if Contract is under $7,000,000. By executing this Agreement and each and every r¢newal hereof (if renewal is separately provided for herein), pursuant to Section 287.735, F.S., Contractor certifies, represents, and warrants that: (a) it is not on the Scrutinized Companies that Boycott Isra¢I List, and (b) it is not engag¢d in a Boycott of Israel, and that all such certifications were true at the time it submitted its bid or proposal for this Agreement, as of the Effective Data of this Agreement, and as of th¢ effective date of any renewal of this Agreement. Notwithstanding anything contained in this Agreement to the contrary, the Owner may terminate this Agreement immediately if: (1) Contractor is found to have submitted a false certification regarding (a) or (b) above in accordance with Section 287.135, F.S., or (2) Contractor has been placed on the Scrutinized Companies that Boycott Israel List or is or has been engaged In a Boycott of Isra¢I. Such termination shall ba in addition to any and all remedies available to the Owner at law or in equity. Th¢ farm "Boycott of Israel" used in this section is deTnad as in, and the Scrutinized Companies that Boycott Israel List is the list maintained pursuant to, S¢cticn 287.735, F.S. 74.5 Applicable if Contract is over $100,000. Pursuant to Section 286.701, F.S., Contractor shall disclose any currant or prior interest of, any contract with, or any grant or gift received from a Foreign Country of Concern, as defined below, if such interest, contract, or grant or gift has a value of $50,000 or more and such interest existed at any time or such contract or grant or gift was received or in force at any time during the previous five (5) years. For purposes of this section, "Foreign Country of Concern" means the People's Republic of China, the Russian Federation, the Islamic Republic of Iran, the Democratic People's Republic of Korea, the Republic of Cuba, the Venezuelan regime of Nicolas Maduro, or the Syrian Arab Republic, including any agency of or any other entity under significant control of such foreign country of concern. Contractor's disclosure shall include the Hama and mailing address of the disclosing entity, the amount of the contract or grant or gift or the value of the interest disclosed, the applicable foreign country of concern and, if applicable, the date of termination of the contract or interest, the date of receipt of the grant or gift, and the name of the agent or controlled entity that is the source or interest holder. Contractor represents that within on¢ (7) year before proposing any contract to the Owner, Contractor provided a copy of such disclosure to the Florida Oapartment of Financial Services. 14.6 By executing this Agreement and ¢ach and every renewal hereof (if renewal Is separat¢ly provid¢d for herein), pursuant to Section 786.06, F.S., Contractor certifies, represents, and warrants that it does not use coercion for labor services, as those terms are daTnad in Section 786.06. Contractor will provide to the Owner an affidavit in the form attached as Exhibit 1-2 signed by an officer or representative of Contractor under penalty of perjury attesting that Contractor dces not use coercion for labor or services. Notwithstanding anything contained in this Agreement to the contrary, the Owner may terminate this Agreement immediately if Contractor is found to have submitted a false attestation. Such termination shall be in addition to any and all remedies available to the Owner at law or in equity. 41 Cons(rvUlan S¢rvlcas l�rsemanC (2026_ver.bl C,qp 14.7 Pursuant to Section 166.24B, F.S., Contractor agrees that Contractor does not and will not, nor will it allow a subcontractor to, use any funds from the Owner for the purpose of issuing an identification card or document to any individual who does not provide proof of lawful presence in the United States. '16. CLEANUP AND PROTECTIONS 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project silo, as well as all tools, appliances, construction eq uipmant and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surtaca or subsurtace improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not Indicated in the Contract Documents to ba removed or altered, shall ba protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. '16. ASSIGNMENT t 6.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. '17. PERMITS, LICENSES AND TAXES 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, Including license fees, permit fees, impact fees or Inspection fees applicable to the Work through an internal budget tra nsfar(s). Contractor is not responsible for paying for permits issued by Coilter County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not ba obligated to pay for any permits obtained by Subcontractors. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acq ulred and paid for by the Contractor. 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the pertormanca of the Work. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall ba considered in malarial default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time az construction sarvtaea ogresmenc Izozs_vaca cAo specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (8) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment tc stand against it unsatisfied for more than ten (7O) days; or (8) makes an assignment for the benefit of creditors; or (g) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (1 O) materially breaches any other provision of the Contract Documents. 78.2 Owner shall notify Contractor in writing of Contractor's dafa ult(s). If Owner determines that Contractor has not remedied and cured the defaults) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, than Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 78.3 If Owner deems any of the foregoing remedies necessary, Contractor ag reas that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expanses (including Design P rofassional and attorneys' fees) or damages Incurred by Owner incident tc such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of into rest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall ba paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Protect Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and Include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or ra-letking the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. If this Agreement is terminated by the Owner for cause, in addition to all other remedies, Contractor shall be liable for all expanses incu rrad by the Owner in raprocuring elsewhere the same or similar items or services offered by Contractor. 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Secticn, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 79 below. as CAo cnnatmcmn servmes nareemenr [zozs_,rer.at 78.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill soma material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen ('14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen ('14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other parsons pertorming portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may tarmin at¢ this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen ('14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work pertormed through the termination date, but in no avant shall Contractor be entitled to payment for Work not pertorm¢d or any other damages From Owner. '19. TERMINATION FOR CONVENIENCE ANO RIGHT OF SUSPENSION. '19.'I Owner shall have the right to terminate this Agreement without cause upon seven (7j calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not lim it¢d to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an eMension of time to its schedule in accordance with the procedures set forth In the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 19.3 It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. In the event the Owner, in its sole d iscration, determines that sufficient budgeted funds era not available to appropriate for payments due to Contractor under this Agreement, the Owner shall notify Contractor of such occurrent¢ and this Agreement shall terminate on the last day of the currant fiscal period without any penalty or expense to the Owner. 20. COMPLETION. S b t t" IC I tl dD 1 t fth P hL' t 20.'I Substantial Completion is as defined in the Defined Terms section of this Agreement. When the Contractor believes Substantial Completion has been achtevad, it shall certify in writing to the Project Manager that the Project is Substantially Complete in accordance with the Contract Documents and request the Project Manager to inspect the Work and to issue a Certificate of Substantial Completion. Prior to making such a request the Contractor must: 44 Cormtmcllon Services Agra¢menC t2025_vac4) Cf10 a) Complete all Work necessary for the safe, proper and complete use or operation of the Project as intended, including: all regulatory agency requirements are satisfied, including occupancy permits; operating certificates and similar releases; all operational testing has successfully occurred; all required training has successfully occurred; all close-out documents (such as as -built drawings, certifications, warranties, guaranties, test reports test logs, operational manuals, etc.) have been provided by Contractor and accepted by Owner. b) Prepare aContractor-gan®rated punch list (i.e., a list of all itoms required to render the Project complete, satisfactory, and acceptable, for submission with the request for inspection and issuance of a certificate of Substantial Completion), which shall include and list separately the estimated cost to complete each remaining unfinished item included on the list with an explanation as to the basis for those costs, substantiated by the Schedule of Values, subject to the Owner's final review and approval as stated below. c) Upon receipt of the request from the Contractor, the Project Manager, assisted by the Professional, if any, and other Owner personnel, as appropriate, shall review the request, the Work and the Contractor -generated punch list to determine whether the Work is ready for Substantial Completion inspection. If this review fails to support Substantial Completion in spaction, the Project Manager shall so notify the Contractor citing the reasons For rejection. If the Project Manager and Professional (if any) determine the Work is ready for Substantial Completion inspection, the following procedures will be followed: f. Tha Project Manager will, within a reasonable time, schedule, and conduct inspections) of the Work with the Professional (if any), other Owner personnel as required, and the Contractor for the purpose of formally reviewing the status of completion of the Work, the readiness of the Project for use and the Contractor -generated punch list. A copy of the Contractor - generated punch list will be provided to all participants and any additional items noted during the inspection will be added to the Ilst. Tha Project Manager, the Professional, their representatives and other Owner representatives will review the Work and the Contractor -generated punch list to assure all deficiencies are noted on a final Punch List docu mant (Exhibit F-3 Punch List Form) ("Punch List"). Tha Punch List must include all items required to render the Project complete, satisfactory and acceptable. If Project Manager and Contractor disagree on whether an item belongs on the Punch List, the Project Manager has the final say on whether the item is included or not. Tha Punch List shall be Fnalized and issued to the Contractor by the Owner within the time frames indicated below. 2. If upon completion of the inspections) the Owner does not consider the Project Substantially Complete, the Project Manager will notify the Contractor in writing giving reasons why the Project is not Substantially Complete. 3. If, upon completion of the inspaction(s), the Owner considers the Project Substantially Complete, the Project Manager shall prepare a Certificate of Substantial Completion [o establish the date for Substantial Completion as 45 Ccnstrucflon Services Agreement [2026_var.4] pAQ the data of the completed inspectlon(s). Th¢ Certificate ofi Substantial Completion shall be approved by the Owner upon the signature of both the Project Manager and the Professional and shall ba issued to the Contractor. The Certificate shall fix the date of Substantial Completion. 4. Substantial Completion cannot occur until all conditions necessary for safe and proper us¢, occupancy, maintenance, and operations are in plat¢. 20:2 Time Frames for Issuance of the Punch List (a) The Owner shall issue the Punch List to the Contractor within the time frames described below, provided that the Contractor has completed its obligations in providing a proper contractor -generated Punch List prior to the Substantial Completion inspection. (b) For construction estimated to cost less than ten million dollars ($70,000,000.00), the Punch List must be developed within thirty (80) Days after the Substantial Completion data and delivered to the Contractor five (5) days thereafter. (c) For construction projects estimated to cost more than ten million dollars ($70,000,000.00), the Punch List must be developed within forty-five (45) Days after the Substantial Completion date and delivered to the Contractor Fve (5) days thereafter. (d) For construction projects involving more than one building or structure or multiple phases, the Punch List must ba prepared for each building, structure or phase within thirty (30) Days of the Substantial Com elation date of a particular building, structure or phase if it is estimated to cost less than tan million dollars ($70,000,000.00) or within forty-five (45) Days if it is estimated to cost more than ten million dollars ($70,000,000.00). (e) If the development of the Punch List takes the full amount of time designated (or a portion thereof) and includes a tentative punch -list based upon the above dollar amount thresholds, the delivery of the Punch List of Items shall be delivered by the Owner no later than five (5) business days thereafter. Within twenty (20) business days after the delivery of the Punch List to the Contractor, the Owner must pay the Contractor the remaining contract balance owed, that includes all r¢tainage Previously withheld by Owner less an amount aq ual to 750 percent (750%) of the estimated cost to complete the items on the Punch List. At the same time the Owner delivers the Punch List, Contractor shall submit a payment application requesting that Owner pay the Contractor the remaining contract balance owed inclutling all retainage previously held by Owner less an amount equal to 750 percent (7 50 %) of the estimated cost to complete the items on the Punch List. Warranty items may not affect the final payment retainage as provided herein. Owner is not required to pay or process any payment request for retainaga if the Contractor has failed to cooperate with Owner in the development of the list or failed to perform Its contractual responsibilities with regard to the development of a list or if Section 255.078(8), F.S., applies. as co�srr.,�nan services agreement Izo2s_�er.a7 Cqo (f) The failure to include any corrective work or pending Items not yet completed on the Punch List does not altar the responsibility of Contractor to complete all the construction services purchased pursuant to the Contract Documents. (g) Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) agar the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the Punch List. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 20.3 C I t' fP h L" tW k d R I f R C t tB I (a) Upon completion of the Punch List Work, the Contractor shall certify in writing to the Project Manager that all Punch List Work has been completed in accordance with the Contract Documents and request the Project Manager to inspect the Work and to approve Punch List completion. If, in the Project Manager's opinion, the Work is not ready for such inspection, the Project Manager will so inform the Contractor, giving reasons for such opinion. If the Project Manager is satisfied that an inspection is warranted, the Project Manager will, within a reasonable time, schedule and conduct inspections) of the facility with representatives of the Owner's user department, the Professional (if any), and the Contractor, for the purpose of formally reviewing the completion of Punch List Work. If the Project Manager and the Contractor disagree on whether an item remains incomplete, the Project Manager has the final say on whether the item is complete or not. (b) If, upon completion ofi the inspections) the Owner does not consider the Punch List Work complete, the Project Manager will notify the Contractor in writing giving specific reasons why the Punch List Work is not complete. (c) Upon completion of all items on the Punch List, the Contractor may submit a Payment Request for the remaining amount withheld by the Owner. If a good - faith dispute exists as to whether one or more items identified on the list have been completed pursuant to the Contract Documents, the Owner may continue to withhold an amount not to exceed one hundred and fifty percent (150 %) of the total costs to complete such items. This remaining balance of retainaga may be requastod by the Contractor in its Application for Final Payment after Final Acceptance of the Work by Owner (Exhibit F-2 Certificate of Final Completion). (d) All items that require correction under the Contract Documents and that are identified after the preparation and delivery of the Punch List shall remain the obligation of the Contractor. (a) Warranty Items may not affect the Final Payment of rate image pursuant to Section 218.735(7)(f), F.S. (f) If the Owner fails to comply with its responsibilities to assist in developing the Punch List within the time frame applicable to the Project (as described above), the Contractor may submit a request for all remaining retainage withheld by the Owner. The Owner need not pay or process any payment request for retainage if Contractor has, In whole or part, failed to cooperate with the Owner in a� conserucuon se,.,mes gs.aamene [zozs_..e..al oqp development of the Punch List or failed to perform Its contractual responsibilities with regard to development of the Punch List. Additionally, the Owner does not have to pay or release any amounts that are the subject of a good -faith dispute, the subject of a claim brought pursuant to Section 255.05, F.S., or otherwise the subject of a claim or demand by the Owner or Contractor. 20.4 F"nal Comoleticn (a) Upon written notice from the Contractor that the Project is complete, the Project Manager shall schedule a final inspection with the Contractor, the Design Professional, and any other personnel requested by the Project Manager. The Project Manager shall notify the Contractor in writing of any Work this inspection reveals to be defective, or otherwise not in accordance with the Contract Documents. Tha Contractor shall immediately to ka such action as may ba necessary to remedy such defects and bring the Project into full compliance with the Contract Documents and then request another inspection. (b) Final Completion of the Work shall be achieved by the Contractor when all the Work required under the Contract Documents has been satisfactorily completed, including all Punch List work, and specifically as noted in the S pecificaticns section. (c) After the Project Manager has determined that all Work has bean completed, the Project Manager will issue a Certificate of Final Completion Exhibit F-2 for the Work. 20.5 Aool'cation for Final Pavmant After the Certificate of Final Completion, Exhibit F-2 for the Work has been issued by the Project Manager, the Contractor may make Application for Final Payment following the procedure for progress payments. As an explicit condition precedent to the accrual of Contractor's right tc Final Payment, Contractor shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit form attached as Exhibit C, as well as a duly executed copy of the Surety's consent to Final Payment and such other documantakion that may be required by the Contract Documents, including but not limited to: ('I) Racaipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to Final Payment. (4) Receipt of the Final Payment Chock list, Exhibit G-'I. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Prior to release of Final Paymani, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G-i. 20.6 Aooroval of Final Pavmant aB constrvdlon servlcaa Agreamenl [2o25_v¢ca] Cq0 (a) If, on the basis of the Project Manager's observations and review of Work during Construction, final inspection, and review of the Application for Final Payment (all as required by the Contract Documents), the Project Manager is satisfied that the Work has been completed and the Contractor has fu lolled all of its obligations under the Contract Documents, the Project Manager will, within ten ('10) days after receipt of the Application for Final Payment, indicate in writing that the entire remaining balance is found to be due and payable to the Contractor and approve payment. Otherwise, the Project Manager will return the Application to the Contractor, indicating in writing the reason Far refusing to approve for Final Payment, in which case the Contractor will make the necessary corrections and resubmit the Application. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recom mendaiions. (b) Contractor's acceptance of Final Payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall ba da¢med to 6e a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. (c) The Contractor's obligation to pertorm the Work and complete the Project in accordance with the Contract Docum¢nts shall be absolute. Naith¢r approval of any progress or Final Payment, the issuance of a Certificate of Substantial Completion, any payment by the Owner to the Contractor under the Contract Documents, any use or occupancy of the Project or any part thereof by the Owner, the issuance of a Final Completion, any act of acceptance by the Owner, any failure to do so, nor any correction of defective Work by the Owner snail constitute an acceptance of Work not in accordance with the Contract Documents. 2'1. WARRANTY. 2'1.f Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or material men supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be now unless otherwise specified, and that all Work shall ba of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and aq uipment furnished under the Contract Documents shall b¢ applied, installed, connected, erected, used, cl¢aned and conditioned in accordance with the Instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within ono (1) year after Substantial Completion, any Work is found to be d¢factiv¢ or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner ae conso-uenon servmas?.geaemenc [zozs_vsr.47 Cq0 may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties era in addition to those implied warranties to which Owner is entitled as a matter of law. 27.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disquality the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 'r�?fi� �7_\w•1 �71�69, X�3�C�1�E-9 22.7 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being parrormed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codas, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, tasting or approval. All inspections, tests or approvals shail be pertormed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for ra-inspection fees and costs; to the extent such re -Inspections are duo to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's Intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, ba uncovered for Project Manager's observation, and be replaced at Contractor's sole expense. 22.5 The Owner shall charge ko Contractor and may deduct from any payments duo Contractor all engineering and inspection expenses Incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (3) hour day and for any work pertormed on Saturday, Sunday, or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to pertorm the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.7 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, ConstrucOon Sarvica¢ Agreement [2026_ven4] CAO Contractor shall, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has bean rejected by Project Manager, remove ik from the site and replace it with non -defective Work. Contractor shall bear all direct, indirect, and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys, and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to ba inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect, and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys, and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an eMension to the Contract Time, directly attributable to such uncovering, exposu ra, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall ba exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exorcise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at Its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect, and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to Final Payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents, and reflecting an appropriate decrease in the Contract Amount, If the Owner accepts such defective Work after Final Payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to pertorm the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which era stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under th(s paragraph. All direct, indirect, and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change st eonsvurnon services nereamane [2o25_var a] ,qp Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect, and consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24_ SUPERVISION AND SUPERINTENDENTS. 24.'1 Contractor shall plan, organize, su p¢rvise, schedule, monitor, direct and control the Work competently and efficiently, devofin9 such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall ba subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. Tha superintendent shall ba employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as If given to the Contractor. Owner shall have the right to direct Contractor tc remove and replace its Project superintendent, with or without cause. Attach¢d to the Agreement as Exhibit A-3 is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not ba ram oved without Owner's prior written approval, and if so r¢moved must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent su peri ntendant on the proj¢ct at all times whenever Contractor's work crews, or work crews of other parties authorized by the Project Manager are ang aged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adaq uata proj¢ct su p¢rvision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section S. B, for services not rendered. 25. PROTECTION OF WORK. 25.'1 Contractor shall fully protect the Work from Toss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall ba charged with the same, and any moneys necessary to replace such loss or damage shall ba deducted from any amounts due Contractor. 25.2 Contractor shall not load nor permit any part of any structu ra to b¢ loaded in any manner that will enda ngar the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 25.3 Contractor shall not disturb any benchmark ¢stablished by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors, ag¢nts, or anyone for whom Contractor is legally liable, disturbs the Owner or Design Prof¢ssional's benchmarks, Contractor shall immediately notify ProJact Manager and Design Professional. Tha Owner or Design Professional shall re-establish the benchmarks and Contractor shall ba liable for all costs Incurred by Owner associated thar¢with. 62 Construdlon SerWws Agreem¢nT [2025_var.4 cAo 26.7 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall ba issued tc document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall ba deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. USE OF PREMISES. 27.7 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor snail assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the partormance of the Work. 28. SAFETY. 28.7 Contractor shall be rasponsi bla for initiating, matntai Wing, and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss io; 28.7.7 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.7.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.7.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation, or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules, and regulations of any public body having jurisdiction far the safety of parsons or properly or to protect them from damages. injury, or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and snail cooperate with them in the protection, removal, relocation, or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continua until such time as the Work is completed and final acceptance of same by Owner has occurred. 53 cnnso-uenon services .ng.eemanr lzozs_var.al cAp All now electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordinakion and Arc Flash Studios where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full-time basis at the Project site whose duty shall be the prevention of accidents. This parson shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Fu rthar, Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may ba progressing on a Protect site which is located upon or adjacent tc an existing Owner facility. In such event, Contractor shall comply with the following: 28.5. t All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must ba prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 28.5.3 Contractor shall strictly limit its operations tc the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owners property, and era strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Fu rthar, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.E All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 26.5.7 Whan req uesied, Contractor shall cooperate with any ongoing Owner investigation involving personal Injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute, or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and sa consvucuon surmces Agraarnenr. Izou_ver.al r=f�o 213.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29_ PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend apre-construction conference with the ProJact Manager, Design Professional, and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as tc the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed tc do so by ProJact Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre -construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION. Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will ba evaluated on their performance upon completion/termination of this Agreement. 31. MAINTENANCE OF TRAFFIC POLICY. For all projects that are conducted within a Collier County Right -of -Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (M VTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS), where applicable on state roadways. Those projects shall also comply with Collier County's Maintenance of TrafFic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Procurement Services Division and Is available on-line at collierg ov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway 8. Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strici adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be Included on the line item on the bid page. If MOT is required, MOT is to ba provided within ten (i O) days of receipt of Notice to Proceed. 32. SALES TAX SAVINGS AND DIRECT PURCHASE. 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which era applicable during the performance of the Work. No markup shall ba applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below. cA0 55 Construction Services Afire®menl [zo2s_ver.a[ 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Ghange Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting dativery, storing, handling. installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall ba included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to makes claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sales tax under Chapter 272, F.S., and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS. 33.7 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Protect Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application far Payment. Contractor shall take into consideration such factors as natural and practical Tines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying, or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Feld Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors pertorming any portion of the Work on this Project must ba "qualified" as defined in Collier Cou nfy Ordinance 2073-69, meaning a parson or entity that has the capability in all respects to pertorm fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing Information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior 6 construdlon servlc®s Agra¢m¢nF. [2o25_v �� J\ O written approval from Owner. Any and all Subcontractor work to be self-pertormad by Ca ntractor must be approved in writing by Owner in iks sale discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire pertormanca of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be raq wired to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub -subcontractor pertorming any portion of the Work, as well as maintain a log of all such licenses. All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and era subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (7) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound Yo Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to ba pertormed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will ba an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will ba an additional insured on all liability Insurance policies required to be provided by the Subcontractor except workmen's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (B) identify Owner as an intended third -party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor wlll be bound. Each Subcontractor shall similarly make copies of such documents available to its sub - subcontractors. 33.6 Each Subcontractor pertorming work at the Project Site must agree to provide field (on -site) supervision through a Hamad supari ntendent for each trade (e. g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qu alifiad employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been em ployad in a supervisory (leadersnip) capacity of substantially equivalent level on a similar project for at least two years within the last five years. Tha Subcontractor shall Include a resume of experience for each employee identified by it to supervise and ached ula its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.7 That the Subcontractor's exclusive remedy for delays in the peAormance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments In the contract sum are limited exclusively to its actual costs for such changes plus no more than 1 O % for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute Its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require s consxruuio., se.m�as sew®mare [so2s_var e�,7p all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub - subcontracts and purchase orders. 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must ba submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shail result in the waiver of such claims. 34. CONSTRUCTION SERVICES. 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1 .1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 34.1 .3 Shop Drawing Submittal/Approval Logs 34.1 .4 Equipment Purchase/Delivery Logs 34.1 .5 Contract Drawings and Specifications with Addenda 34.1.E Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1 .8 Labor Costs 34.1.9 Material Costs 34.1.1 O Equipment Costs 34.1 .11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1 .14 Cost -Estimates 34.1.15 Bulletin Quotations 34.1 .16 Lab Test Reports 34.1 .17 Insurance Certificates and Bonds 34.1.16 Contract Changes 34.7 .19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Tach nical Standards 34.1 .22 Design Handbooks 34.1 .23 "ASBuilt" Marked Prints 34.1 .24 Operating &Maintenance Instruction 34.1 .26 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.L27 Correspondence Files 34.1 .28 Transmittal Records 34.1 .29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1 .32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations Conc[rucr[on Sarvlces AgreamanC [2o25_v .� V At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Coiliar County Board of County Commissioners, "Board", up to two (2) times par contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the Schad uled presentation date, the Contractor shall meat with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not ba limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall ba responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a stale and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while pertorming services on County facilities and properties. Contractor ID badges are valid for one ('7) year from the date of issuance and can ba renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPSCo2collier.00v) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. CCSO requires separate fingerprinting prior to work being pertormad in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 36. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING. All projects with an estimated cost of $t0 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may Include but not ba limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated constructicn value of $2 million or more may be reviewed for VE at the discretion of the County. 36. ABOVEGROUND/UNOERG ROU NO TANKS se CqO GonsVuctlon S¢rvbas �reemanl: (2025_v¢r.4] 38.'I The contractor shall ensure compliance with all NFPA regulations: specifically 'I'10 & 30/30A; FDEP chapter 62 regulations: specifically Chapters 761, 762, 777, and 780; 376 8. 403 F.S.; and STI, UL, PEI, ASME, NACE, NLPA, NIST E, API referenced standards pertaining to the storage of hazardous materials and petroleum products. 38.2 The contractor shall notify the Solid 8. Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing /will be storing petroleum products or hazardous materials. The contractor shall provide a 'I O day and 48-hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials /petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve iha plans prior to contractor's submittal for permitting. 99. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well-groomed and courtaou s. Subject tc the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. Tha Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. DISPUTE RESOLUTION. A. Prior to the initiation of any action or proceeding Permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall b¢ attended by representatives of Contractor with full decision -making authority and by Owner's staff person who would make [he presentation of any settlement reached during negotiations to Owner for approval. Failing resolution, and priorto the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the Stafe of Florida. Tha mediation shall be attended by representatives of Contractor with full decision -making authority and by Owner's staff parson or designee who would make the presentation of any settlement reached at mediation to Owner's Board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44.'I 02, F. S. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sot¢ and exclusive jurisdiction on all such matters. Conslrvctlon Services P.g,asmenL [2025_ver �f1O EXHIBIT I-1: SUPPLEMENTAL TERMS AND CON OITIONS 0 Attached hereto, following this page ® Not Applicable st CFlO co�eo-eetia� services ogreemenr Izozs_ver.al EXHI6IT I-2: AFFIDAVIT REGARDING LABOR AND SERVICES (Fo//owino This Paso) ez consvucuon s¢rvmes nereemenr. [zo25yar.a7 CAO AFFIDAVIT REGARDING LABOR AND SERVICES AND G-ONTRACTJNG WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHlB1TED 8lfeotiva July 1, 2024, patauent ro § 08206(l3), Florida Statutes, when a ontmot is cured, renewed, or extended between a nongovernmental entity and a govemmont¢1 entity, the nongovernmental entity must provide the govcmmrnlal entity with e aRitlavlt signed by an ofHcar or a representative of the nongovernmental entity uteder penalty of peClury attesting that the nongovenunmtal entity does not use coercion for labor or services. 6tFective Tanuary t, 2024, a gavammant¢I entity may not accept a bid on, a proposnl foy or a reply to, or enter into, ¢ Doormat with entity which would grant the entity e s to an tndiHduel'e personal idontlfying information unless the entity provides tlta government wiA an afTldavit signed by an olfiimr or repreaentativa untler penalty of pe jury ettestin6 that the rntity dose not mul my of the £ollowing cr[tarie: <a) the entity Is owned by <ha govammont of a £oreign country of concern; (h) the government of a farcign country ofconcam has fl controlling interest in [he entity; or (e) th¢ entity is orgmriaad under the laws of or Mes ire prinoipal place aF bvaincsa in a foreign Gauntry oFooncem. 8� Drive July 1, 2g25, when an rntity extentls or renews a runtmct with a g¢vemmamal entity which would green the entity ncewa to an individual's personal idnntifying information, the entity must provld¢ the governmental entity with an affidavit signed by an oRloer or roprosanta[iva of the amity untlor prnalty ofpo jury attesting that she rntity does not meat any of rho criteria in paragraphs (2)(a)-(o), § 280. I38, Ploride Statutes. Naragovamntental 8ntity'fi Neme: uqN Lq ;,.r �gR\'+/iJN iNL ` Addrena: )7D$/ ae N 5-F M s L 67 Phone Number. q- 3 - 66 Authori .ed Repreaentetiva's Nante: F. �t ry n. Authorized Re sflmadve'c Tith:: Pu�sid �� Hmail Addrasa: ty.1L.�{A O �g.✓✓n c. la.,. s . Co ), Os{� F NaNruN{w (Na Y Autho1rizetl Reproeantativa), es authoriz<d mpreaeMative attest der penalty ofpejury the[ Nervw.. t T!h �_1wSy' rrwJ J��+. (Nam oY Nongavernmcntal Entity) does not: (1) vet coereton 16r labor o as tlefined in § �, Plorida S[atutea, and (2) the nongovernmental entity Is not (a) owned by a govermnen[ of a f reign country of wncarn, (b) that a foreign country of concern does not have a controlling intones[ in the entity, and (a) that the entity is not organized under the tam of or has its principal place of bvshaesa in a tbrolgn country of concern, ell as prehibi[ed under § 287.138, Florida Statutes. V der try ofpejory, dm4ro [hatl have rand the 16rogoing Affidavit and that the facts stated in i[ ere true. �.c./%�� � .r.,-,�✓L— Ft G,e... z7 ss,h. attar (Signature of authorized repreaentetive) Dam STATE OF FIYRi�A COUNTY OP Let1- I onlin notarization this aeducttl his Plorida OrfveYe License u Personally Known �OR Produced ldmtiRoation O Types of [dantiRcetion Yroduca3 (/�f \�' EXHIBIT 1-2: ANTI -HUMAN TRAFFICKING AFFIDAVIT [Fo//owlno This Page) 3a Conal�uclion Services Agreement: I2026_ver.3] cam`' ANTI -HUMAN TRAFFICKING AFFIDAVIT Instructions: This farm must ba completed by an oHicar or rapresantativa of an entity entering Into, renewing, or ¢xtand{ng, a contract with Cpplllar County ("OWNER"). yes �0. Lc,.�4f«p,T/j Tha undersigned, on behalf of r1�17rM a'?, v.,. ��'�- ("CONTRACTOR"), hereby attests as follows: A. CONTRACTOR undarstanda and afFrms that Section 787.06('f 3), F. S., prohibits the OWNER from executing, renewing. or extending a contract to antitlea that use coercion for labor or sarvicas, with such farms defined as follows: ^Coercion" means: (t) using or threat¢ning to use physical force against any person; (2) reatral ning, isolating, or confining or threatening to rastrein, isolate, or confine any parson without lawful authority and against her or his will; (3) using landing or other credit methods to establish a debt by any parson when labor or sarvicas era pladg¢d as a security for the debt, H the value of the labor or sarNcas as reasonably assessed is not applied toward the liquidation of the debt, the length and nature of the labor or sarv{cea era not respectively limited and defined: (4) destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or purported government idantiflcatfon document, of any parson; (5) causing or threat¢ning fo cause financial harm to any parson; (B) enticing or luring any person by fraud or deceit: or (7) providing a controlled substance as outlined in Schedule I or Schedule II of Section 893.03, F. S., to any parson for the purpose of axpioltation of Thai parson. "Labor" means work of economic or financial value. "sarvicas" means any act committed at the behest of, under the supervision of, or for the benefit of another. Tha term includes, but is not Ilmttad to, forced marriage, servitude, or the removal of organs. B. CONTRACTOR hereby attests, under penalty of perjury, that CONTRACTOR does not use coercion for 4abor or sarvicas as defined in Saclion 787.06(2), F. S. 1, the undersigned, hereby represent that I make the above attastatlon based upon personal knowledge; am over the ago of '18 years and otherwise competent to make the above attestation; and am authorized to legally bind and make the above attestation on behalf of Vendor. Under ponaltlas of perjury, I declare that 1 have road the forgoing document end that the foots stated In it are tru®. Authorized Signature_ t vl' cwsro��/t Date: !/�/7�au1S Printed Names: �wlc F: tJ'a+N.�H.(o. Title: C�rz�s:�.r.�' STATE OF t'Io/�I COVNTY OF Y_cc. Tha foregoing instrument was acknowledged before ma by maana of physical presence or O onlin¢ notarization, this s7 ss,day of Ncwe«. b.., 209� by Dom./c F=. Ifarvww/5 as FYs<s: dcwf on behalf of the company/corporation. They f>d'ara personally known [o ve e� tl as identification. {gn ry ubli�/ i't r+oury aufiuo state or riena. Names of Notary Typed, Printed or Sta oe® yy comme'slen hnH sass. My Commission Expires: t Expires vzsnozs 66 eonatrudlon aervicpa Agre.ment [2026_var.3j Opp Landscape Architecture Zachary Scheid Contract Administration Specialist Collier County Procurement Services 3295 Tamiami Trail East Naples, Florida 34112-5361 Date: 01 /28/2026 RE: Design Entity Letter of Recommended Award Solicitation No. 25-8366R "US 41 Tamiami Trail East Landscape & Irrigation Improvements" Dear Mr. Scheid: Solicitation No. 25-8366R bids were received for the above -referenced project by Collier County on 09/25/2025. McGee & Associates (Landscape Architect of Record (LAOR) has completed our review of the bids submitted, bid tabulation, bidder's submittal and response documents by the lowest bidder for this project, and we are pleased to provide the following award recommendation. The scope of the US 41 Tamiami Trail East Landscape & Irrigation Improvements project consists of installing roadway median landscape and irrigation improvements for beautification purposes. Collier County Procurement's review of the bid tabulations determined that the apparent low bidders is Hannula Landscaping and Irrigation, Inc. with a bid of $703,424.98. As the LAOR we were provided with the bid tabulation schedule for Hannula Landscaping and Irrigation, Inc. Hannula Landscaping and Irrigation, Inc.'s bid is approximately 6.03% lower than our LAOR Opinion of Probable Construction Cost (OPC) of $748,569.95. References were provided, and the completed Vendor Reference Check Logs for four (4) references are attached hereto. The project references provided by Hannula Landscaping and Irrigation INC. were all contacted (via. e-mail). LAOR determined the returned references contained sufficient relevant experience with similar projects to demonstrate the required successful expertise to complete the project. Hannula Landscaping and Irrigation, Inc. is a corporation formed in1992 in the State of Florida and has been authorized to transact business in the State of Florida since 1992. Hannula Landscaping and Irrigation, Inc. has submitted all required forms and documents to meet the licensing requirements, as well as staff hold Intermediate or higher Maintenance of Traffic (MOT) certification, FDOT Certificate of Qualification and Collier County Certificate of Competency as Irrigation Sprinkler Contractor, which registrations are current and active. McGee & Associates (LAOR) has worked successfully with Hannula Landscaping and Irrigation, Inc., on many projects located in and for Collier County. Based on that experience, the favorable performance reviews provided on the Vendor Reference Check Logs and its licensing, this firm is qualified to conduct the requested work. Based on the above information, McGee & Associates recommend Hannula Landscaping and Irrigation, Inc., be awarded Solicitation No. 25-8366R US 41 Tamiami Trail East Landscape & Irrigation Improvements project in the amount of $703,424.98. Should__ there be any questions, please feel free to contact our office. m� wtc� Michael A. McGee, rla, isa President, McGee & Associates, LA0000864 Design * Environmental Management * Planning * Arborist P. O. Box 8052 Naples, Florida 34101 Phone (239) 417-0707 * Fax (239) 417-0708 m cgeeassoc(c@aol.com FL LA0000864 * FL 1023A McGee & Associates Collier County Solicitation No. 25-8366R "US 41 Tamiami Trail East Landscape & Irrigation Improvements" Reference Log Reference Name Vendor Reference Check Log Sent by E-mail Vendor Reference Check Log Received by E-mail & Date Reviewed By Noah Dietrich - Airport Rd. Landscape Improvements at Naples Airport - 1/5/2026 ndietrich@flvnaples.com, 1/8/26 9:37AM ?&^,W Jim Hodgon - Lowdermilk Park Landscape -jhodgon@naplesgov.com 1/5/2026 jhodgon@naplesgov.com , 1-5-26 3:01 PM iXIOW Robert DeBrock - Homestead Rd. Landscape & Irrigation - rdebrock@leegov.com 1/5/2026 rdebrock@leegov.com, 1-6-26 10:59 AM yX4N Matt Desotell - Chamberlin Re -alignment Project - mdesotell@ajaxpaving.com 1/5/2026 mdesotell@alaxpaving.com, 1/23/26 1:54 PM %X{liX n""ie4,Nzrfee Michael A. McGee, rla, isa President, McGee & Associates, LA0000864 ,c Collier County VENDOR REFERENCE CHECK LOG Michael A. McGee Landscape Solicitation No.: 25-8366R Reference Check by: Architect P.A. US 41 Tamiami Trail East Landscape Solicitation Title: & Irrigation Improvements Date: Hannula Landscaping and Irrigation, Bidder's Name: INC Phone: (239) 872-6632 Design Entity: McGee & Associates REFERENCED PROJECT: Chamberlin Re- Project Project Name: alignment Location: Ft. Myers, Florida Project Description: Landscape Irrigation, Well, Pump, Electric, Sod Contract Completion Date: 2024 Value: $659,584.00 Project Owner/Title: Ajax Paving Industries of Fla. & Lee County Port Authority 13350 Rickenbacker Parkway, Ft. Myers, FI Owner's Address: 33913 Phone: 239-292-8076 Owner's Contact Matt Desotell Person: & Mike Culver E-Mail: mdesontell@ajaxpaving.com 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes, Hannula made all required submittals per the contract and proactive in anwering review comments 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes it was smooth. There were changes in the design and some were from their own ideas to better the project budget and schedule 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No issues 7. Additional comments: Collier County VENDOR REFERENCE CHECK LOG Michael A. McGee Landscape Solicitation No.: 25-8366R Reference Check by: Architect P.A. US 41 Tamiami Trail East Landscape Solicitation Title: & Irrigation Improvements Date: 1/8/2025 Hannula Landscaping and Irrigation, Bidder's Name: INC Phone: (239) 872-6632 Design Entity: McGee & Associates REFERENCED PROJECT: Airport Rd. Landscape Improvements at Project Project Name: Naples Airport Location: Naples, Florida Project Description: Landscape Irrigation, Site Work, Tree removal Contract Completion Date: 08/28/2024 Value: F$1,606,282.57 Project Owner/Title: City of Naples Airport Authority 160 Aviation Dr. North, Owner's Address: Naples, Florida 34104 Phone: 239-380-0845 Owner's Contact Person: Noah Dietrich E-Mail: ndietrich@flynaples.com 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes. Change Orders were all reasonable. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No warranty issues since closeout. 7. Additional comments: Hannula performed exceptionally well on this contract and I would not hesitate to work with them again. Collier County VENDOR REFERENCE CHECK LOG Michael A. McGee Landscape Solicitation No.: 25-8366R Reference Check by: Architect P.A. US 41 Tamiami Trail East Landscape Solicitation Title: & Irrigation Improvements Date: Hannula Landscaping and Irrigation, Bidder's Name: INC Phone: (239) 872-6632 Design Entity: McGee & Associates REFERENCED PROJECT: Lowdermilk Park Project Project Name: Landscape Location: Naples, Florida Project Description: Landscape Irrigation, Site Work Contract Completion Date: 2025 Value: $318,459.00 Project Owner/Title: City of Naples 735 8` South Naples, Owner's Address: Florida 34102 Phone: 239-825-2038 Owner's Contact Person: Jim Hodgdon E-Mail: jhodgdon@naplesgov.com 1. Was project completed timely and within budget? (If not, provide detail) YES 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) YES 3. Was the construction process performed satisfactorily? (If not, provide detail) YES 4. Did the process run smoothly? Were there any changes? Describe below. YES/NO 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) YES 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? NONE 7. Additional comments: VERY SATISIFIED WITH THEIR WORK. Collier County VENDOR REFERENCE CHECK LOG Michael A. McGee Landscape Solicitation No.: 25-8366R Reference Check by: Architect P.A. US 41 Tamiami Trail East Landscape Solicitation Title: & Irrigation Improvements Date: Hannula Landscaping and Irrigation, Bidder's Name: INC Phone: (239) 872-6632 Design Entity: McGee & Associates REFERENCED PROJECT: Homestead Rd. Project Project Name: Landscape & Irrigation Location: Lehigh Acres, Florida Project Description: Landscape Irrigation, Site Work, Electric Contract Completion Date: 09/22/2022 Value: $402,507.66 Project Owner/Title: Lee County Board of County Commissioners 2115 Second St. Fort Owner's Address: Myers, Florida 33901 Phone: 239-533-9425 Owner's Contact Robert Person: DeBrock E-Mail: rdebrock@leegov.com 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes, minor field changes unrelated to the contractor 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No 7. Additional comments: Easv to work with. Good office staff and field personnel Collier County INSURANCE REQUIREMENTS COVERSHEET Project Name US 41 Tamiami Trail East Landscape & Irrigation Vendor Name Hannula Landscaping & Irrigation Solicitation/Contract No. 25-8366R Attachments Risk Approved Insurance Requirements ❑✓ Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division lly signed by Approval: GonzalezGre Gona lezGreily GonzalezGreily Date: 2026.02.24 i l y 16:49:21-05100' fORM $ • INSURANCE AND 136NDING tir., UIREh9YNTS ' _ Collier County Florida Insurance and Bonding Requirements Insnranee IUom 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 arc formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at ht Dap s.fldfs.c_r r�on I 2. ® Employer's Liability 9t_ 1,000,ODOL single limit per occurrence 3. ® Commercial General Bodily Iniury and Property Damage Liability (Occurrence Form) patterned after the $ 1.000.000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury current ISO form Liability mid Property Damagti Liability. The General Aggregate Limit Shall be endorsed to apply per project. 11 his shall include Premises and Operations; independent Contrectors; Products and Completed Operations and Contractual Liability. 4. Lj IndemniOCation To the maximunt eMent prmnitted 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 wronghkl conduct of the Contractor/ Vendor or anyone employed or uti lined by the ContractorNendar in the performance of this Agreement. 5. ® Automobile Liability $ 1,6011,090 Each Occurrence; Bodily Injury & Property Damage;, Owned/Non-owned/Hired, Automobile Included 6. ❑ ether insurur= as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence 0 Mnritime 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 underthis Agreement. $ per Occumance ❑ Pollution $ _ Per Occurrence ❑ Professional Liability $ _ _ Per claim & in the aggregate D Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence [] Cyber Liability $ Per Occurrence 0 Technology Errors & Omissions $ _ _ Per Occurrence CW3 7 ® Bid bond Shall be submitted with proposal response in the fonn of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with Iho County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to tlia Collier County Botu•d of County Commissioners on a bank or trust company located in the State ofFlorida and insured by the Federal Deposit insurance Corporation. S. ® Performance turd For projects in excess of $200,000, bonds shall be submitted with the executed Payment Bonds contract by proposers receiving award, and written for 100% of the Contract award amount, the coat 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 iinwiciRl 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 rueet. The same 'Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADD1110NAL INSURE 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. 0 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 ContractNumbcr, orProject.Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. 9 On all certificates, the Certificate Holder must read; Collier County Board of Commissioners, 3295 Tamiami Trail Fast, Naples, FL 34112 13. S Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk insurance on all construction prnlects 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 — 4/7M25 Vendor's )insurance Acceptance By submission ofthe bid Bidder accepts and understands the insuranoe 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. / A� " CERTIFICATE OF LIABILITY INSURANCE DATE (MM/ DD/YYYY) 02/24/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Lorie Frost NAME: Brown & Brown Insurance Services, Inc. PAHi�Nri Ext : (239) 261-3000 C, No): (239) 261-8265 E-MAIL Lorie.Frost@bbrown.com ADDRESS: 9617 Gulf Research Ln INSURER(S) AFFORDING COVERAGE NAIC # Suite 202 INSURERA: Southern -Owners Insurance Company 10190 Ft. Myers FL 33912 INSURED INSURER B : Auto -Owners Insurance Company 18988 INSURER C : FFVA Mutual Insurance Co. 10385 Hannula Landscaping & Irrigation INSURER D : Federal Insurance Company 20281 17051 Jean St Unit 7 INSURER E : INSURER F : Fort Myers FL 33967-6065 COVERAGES CERTIFICATE NUMBER: 26-27 Master REVISION NUMBER: 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. POLICY EFF POLICY EXP TR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 � DAMAGE To 300,000 OCCUR PREM SES Ea occurrence)l $ _7CLAIMS-MADE MED EXP (Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 A Y Y 20317772 01/01/2026 01/01/2027 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY Fx_1 PRO ❑ LOC JECT PRODUCTS - COMP/OP AGG $ 2,000,000 Voluntary Property $ 5,000 OTHER: AUTOMOBILE LIABILITY G0MB+NED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ ANYAUTO B OWNED SCHEDULED Y 5156153400 01/01/2026 01/01/2027 BODILY INJURY (Pe accident) $ AUTOS ONLY AUTOS X PROPERTY DAMAGE $ HIRED �/ NON -OWNED AUTOS ONLY /� AUTOS ONLY (Per accident) X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 A EXCESS LIAB CLAIMS -MADE 5156153401 01/01/2026 01/01/2027 DED I I RETENTION $ $ WORKERS COMPENSATION X AND EMPLOYERS' LIABILITY Y / N STATUTE EORH E.L. EACH ACCIDENT $ 1,000,000 C ANY PROPRIETOR/PARTNER/EXECUTIVE NIA Y WC840-0035419-2026A 01/01/2026 01/01/2027 1,000,000 OFFICER/MEMBEREXCLUDED? (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ If yes, describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ Leased & Rented Equipment D 45469032EUC 01/01/2026 01/01/2027 $500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) [Job #: 25-8366R Job Type: US 41 Tamiami Trail East Landscape & Irrigation Im] Collier County Board of County Commissioners, or, Board of County Commissioners in Collier County, or, Collier County Government, or, Collier County is Additional Insured with respect to the General Liability & Automobile when required by written contract. Waiver of Subrogation is in favor of Collier County Board of County Commissioners, or, Board of County Commissioners in Collier County, or, Collier County Government, or, Collier County with respect to the General Liability & Workers Compensation. Coverage is on a Primary/Non-Contributory basis with respect to the General Liability. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Collier County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail E. AUTHORIZED REPRESENTATIVE Naples FL 34112 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD