Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
#25-8366R (Hannula Landscaping and Irrigation, Inc.)
CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("County" or "Owner") hereby contracts with Hannula Landscaping and Irrigation, INC. ("Contractor") of 17051 Jean Street Unit 4 Fort Myers, FL 33967, a Florida Profit Corporation, authorized to do business in the State of Florida, to perform all work("Work") in connection with US 41 Tamiami Trail East Landscape & Irrigation Improvements, Invitation to Bid No. 25-8366R ("US 41 Tamiami Trail East Landscape & Irrigation Improvements"), as said Work is set forth in the Plans and Specifications prepared by McGee & 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 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders, and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Applicable if Grant Funded. To the extent the Project is a "public works project," all iron or steel products used to perform the Work must be produced in the United States,which means that all manufacturing processes, from initial melting through application of coatings, occur in the United States, other than metallurgical processes to refine steel additives. Per Section 255.0993, F.S. Contractor understands that this project is funded in whole or in part by grant monies and agrees to comply with all grant requirements identified in Exhibit I. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this 1 Construction Services Agreement:[2025_ver.4] CAO Agreement: Seven hundred three thousand, four hundred twenty-four dollars and ninety- eight cents ($703,424.98). Section 4. Bonds. A. If applicable, the Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit B-1 and B-2, in the amount of 100% of the Contract Amount, plus any approved allowance as provided in Section 3, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at https://fiscal.treasurv.gov/surety-bonds/list-certified-companies.html. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. C. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Agreement, the specifications accompanying the Agreement, or to the work to be performed under the Agreement shall in any way affect its obligation on this bond, except as provided herein, and waive notice of any change, extension of time, alteration or addition to the terms of the Agreement or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Agreement that increase the total amount to be paid the Contractor shall automatically increase the obligation of the Surety on this bond and notice to the Surety is not required for such increased obligation. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within one hundred and fifty (150) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work(or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof)for the use for which it is intended, as more particularly defined herein at Section 16, Defined Terms. Contractor shall achieve Final Completion within thirty (30) calendar days after the date the Punch List is delivered to the Contractor. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, 2 Construction Services Agreement:[2025_ver.4] CAO the phrase"Project Manager"refers to the Owner's duly authorized representative and shall mean the Department Administrator or Division Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, one thousand six hundred and eighty-five dollars ($1,685) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess, and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date specified by the Project Manager (or at his/her direction, the Design Professional) as memorialized in the Certificate of Substantial Completion issued pursuant to the terms hereof, and as more particularly defined herein at Section 16, Defined Terms. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday, or legal holiday. D. Determination of Number of Days of Default. For all contracts, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work, as more particularly defined herein at Section 16, Defined Terms. Owner will not charge liquidated 3 Construction Services Agreement:[2025_ver.4] damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non-delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. Exhibits Incorporated: The following documents are expressly agreed upon, attached hereto, and made a part of this Agreement for Solicitation ITB #25-8366R "US 41 Tamiami Trail East Landscape & Irrigation Improvements." Exhibit A-1: Contractor's Bid Schedule Exhibit A-2: Contractor's Bid Submittal Forms and Addendums Exhibit A-3: Contractor's List of Key Personnel Assigned to the Project Exhibit B-1: Payment Bond Form I I Not Applicable Exhibit B-2: Performance Bond Form ❑ Not Applicable Exhibit B-3: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D-1: Contractor Application for Payment Form Exhibit D-2: Schedule of Values Exhibit D-3: Stored Materials Record Exhibit E-1: Change Order Form Exhibit E-2 Work Directive Form Exhibit F-1: Certificate of Substantial Completion Form Exhibit F-2: Certificate of Final Completion Exhibit F-3: Punch List Form Exhibit G-1: Final Payment Checklist Exhibit G-2: Warranty Exhibit H: General Terms and Conditions Exhibit I-1: Supplemental Terms and Conditions ❑ Applicable ® Not Applicable Exhibit 1-2: Affidavit Regarding Labor and Services The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation ITB #25-8366R "US 41 Tamiami Trail East Landscape & Irrigation Improvements." The complete contract documents, including Addendum with attachments, are available on the County's on-line bidding system, which the parties agree comprise the final integrated agreement executed by the parties. 4 Construction Services Agreement:[2025_ver.4] CAO Sections corresponding to any checked box ( ) expressly apply to the terms of this Agreement and are available through the County's on-line bidding. ['Exhibit J: Technical Specifications ❑Exhibit K: Permits ▪Exhibit L: Standard Details ®Exhibit M: Plans and Specifications prepared by: Michael A. McGee ®Exhibit N: Environmental Health and Safety Requirements for Construction Projects Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be deemed duly served if delivered by U.S. Mail or E-mail, addressed to the following: Collier County Board of County Commissioners, FL do Transportation Management Services 4800 Davis Blvd Naples FL 34104 Attn: Pamela Lulich, Manager- Landscape Operations Phone: 239-252-8924 Email: pamela.lulich@collier.gov B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be deemed duly served if delivered by U.S. Mail, or E-mail, addressed to the following: Hannula Landscaping and Irrigation, INC. 17051 Jean Street Unit 4 Fort Myers, FL 33967 Attn: Dale Hannula, President Phone: 239-872-6632 Email: dhannula@hannulalandscaping.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a), F.S. which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." 5 Construction Services Agreement:[2025_ver.4] CAO Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under, and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated, and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent that authority is provided for under the Owner's Procurement Ordinance, as amended, and the terms of the Contract Documents. Section 16. Construction. (i) Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. (ii) Defined Terms: The following Defined Terms used in the Agreement shall be understood to be defined as expressly set forth below. Other terms referenced in the 6 Construction Services Agreement:[2025_ver.4] CAO Agreement shall be understood as they may separately be defined herein or if not so defined shall be understood consistent with their natural and ordinary meaning. (a) "Application for Payment" shall mean the form provided by the Owner that is to be used by the Contractor in requesting a progress or final payment and which is to include such supporting documentation as is required by the Contract Documents. (b) "Construction Project" shall mean a Project, funded by Owner funds that involves the process of building, altering, repairing, improving, or demolishing any public structure or building, or other public improvements of any kind to any real property owned or under the control of the Owner, which Work is being performed under a Construction Contract. (c) "Construction Services" shall mean all labor and materials to be provided by Contractor in connection with the construction, alteration, repair, demolition, reconstruction, or any other improvements to real property. Construction Services also means Work. (d) "Contract" or "Contract Documents" shall refer to those documents described in Section 1, subsection A of the Agreement. (e) "Defective" shall mean an adjective which, when modifying the Work, refers to Work that is unsatisfactory, faulty, deficient or otherwise does not conform to the Contract Documents. (f) "Department" shall mean the Department or Division initiating and managing the Project on behalf of the Owner. (g) "Director" shall mean the Director or Administrator of the Department or Division initiating and managing the Project on behalf of the Owner. (h) "Final Acceptance"shall mean acceptance of the Work by the Owner as evidenced by the signature of the Project Manager or Design Professional upon the Certificate of Final Completion form, Exhibit F-2. Final Acceptance shall be deemed to have taken place only if and when such signature is affixed to such certificate. The Certificate of Final Completion shall be signed only after the Project Manager has assurance by tests, inspection, or otherwise that all of the provisions of the Contract Documents have been carried out, including completion of the Punch List form, Exhibit F-3. (i) "Professional" or "Design Professional" shall mean the professional architectural/engineering firm designated to perform the design, Construction Engineering and Inspection ("CEI") services, by an existing agreement, or resident in-house Owner engineering services for the Work. At times, Owner staff may perform the design for the Work in-house and shall be considered the Professional in relation to the Work or a particular portion of the Work. (j) "Project" shall mean the total construction, of which the Work to be provided under the Contract Documents may be the whole or a part as indicated elsewhere in the Contract Documents. 7 Construction Services Agreement:[2025_ver.4] CPO (k) "Project Manager" shall mean an individual employed by the Owner and assigned to manage and administer the Project which is the subject of the Contract Documents. (I) "Proper Invoice" shall mean an invoice that conforms with all statutory requirements and all requirements specified in the Contract Documents. (m)"Punch List" shall mean the approved list of incomplete and/or deficient Work that shall be completed by the Owner and Contractor after Substantial Completion but before the Final Acceptance can be certified by the Project Manager. The Punch List enumerates the items required to render complete, satisfactory and acceptable all Work by the Contractor. The Punch List is developed by the Contractor, Owner and Professional (if any) in accordance with the provisions of the Contract and within the time frames required therein. The Punch List essentially includes items of a minor nature; major items must be completed before Substantial Completion and cannot be considered to be Punch List work. (n) "Schedule of Values" shall mean a schedule showing all activities of the Work subdivided into component parts in sufficient detail to serve as the basis for measuring quantities in place and/or calculating amounts for progress payments during construction. The Schedule of Values shall be satisfactory in form and substance to the Project Manager. (o) "Substantial Completion" shall mean the status of completion of the Work which, in the opinion of the Project Manager as evidenced by a definitive Certificate of Substantial Completion, is complete in accordance with the Contract Documents, except for minor outstanding items listed on the Punch List. Substantial Completion includes, but is not limited to, the following occurring: (1)the Work can be safely utilized for the purposes for which it was intended; (2) all regulatory agency requirements are satisfied, including occupancy permits, operating certificates and similar releases, (3) all operational testing has successfully occurred; (4) all required training has successfully occurred; (5) all close-out documents (such as as-built drawings, certifications, warranties, guaranties, test reports, test logs, operational manuals, etc.) have been provided by the Contractor and accepted by the Owner, and permit acceptance by permitting agencies, if applicable, see Exhibit F-1. (p) "Work" shall mean the Work to be performed under this Agreement and shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and for furnishing all transportation and services, including fuel, power, water, and essential communications, and for the performance of all labor, work, or other operations required for the fulfillment of the Agreement in strict accordance with the Specifications, schedules, Drawings, and other Contract Documents as herein defined, all of which are made a part hereof, and including such detailed sketches as may be furnished by the Professional from time to time during construction in explanation of said Contract Documents. The Work shall be 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. 8 Construction Services Agreement:[2025_ver.4] CAO (q) "Written Directive" shall mean a written directive and also referred to as work directive, as required by in Exhibit H, Section 10.1, in the form that appears in Exhibit E-2 that is issued to a Contractor from Owner in instances where the parties cannot agree on price and/or costs associated with work arising from differing, unforeseen or emergency site conditions and the work in question is part of the "critical path" of the contract schedule. A written directive should ultimately be followed up with an agreed upon Change Order. A verbal Work Directive may only be issued in extraordinary emergencies when necessary to protect and promote the public interest, which shall be followed up with a written Work Directive within five (5) business days. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents including the Owner's Board approved Executive Summary cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. Remainder of the page is left blank intentionally. g Construction Services Agreement:[2025_ver.4] Gp.O IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: WITNESSES: Hannula Landscaping and Irrigation, INC. d I WITNESS - ___QCxV k2.- 1 A 'c.' - By: i7i.7.--•-a/� - tint Nail. TDtitC.F TaNNLAI0., pR ejen t � �� � Print Name and Title O ■ WIT ' 11 i2 e I Date: F4,z.va✓t as-ova 0ab Print Name ATTEST: OWNER: Crystal K, Kirrgelek41 of Courts BOARD OF COUNTY COMMISSIONERS &Comp tIor ra,. OF COLLIER COUNTY FLORIDA Ar' A ____, e,,,,,___ _ BY: --- . _ BY: 0„ •-?''_.A ~'st as to Chairman's n Kowa , C trman •4 •• .A. signature only .q Date: ^".�'�' pr ed as to rm nd Legality: L County Attorney S G.3)-1- - - Print Name 10 Construction Services Agreement [2025_ver 4] EXHIBIT A-1: CONTRACTOR'S BID SCHEDULE (FOLLOWING THIS PAGE) 11 AO Construction Services Agreement:[2025_ver.4] Construction!TB No.25-8366R US 41(SR90)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 Improvements LINE BUD ITEM ITEM NUMBER SYMBOL DESCRIPTION UNIT QTY UNIT COST TOTAL COST 1 101.1 MOBILIZATION:PREPARATORY WORK AND OPERATIONS,BONDS ARE A SEPARATE BID REM LS 1 $ 16,931.00 $ 16,931.00 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 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 10418' LOGS)AS REQUIRED TO PROTECT STORM DRAINS FROM SEDIMENT MOVEMENT.THIS ITEM IS TO BE 1 $ 4,870.00 $ 4,870.00 USED IN ACCORDANCE WITH PLANS.STANDARDS AND/OR FDOT ERONSION AND SEDIMENT CONTROL 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 INCCIDENTAL AND TO BE INCLUDED IN THIS PAY ITEM.(CONTRACTOR IS RESPONSIBLE FOR QUANTIFYING THE ACTUAL REQUIRE QUANTITIES,GRADE PROFILE DETAIL GPI ESTIMATED AREA 20,060 SO.FT.,GRADE PROFILE G2 ESTIMATED AREA 3,178 SQ.FT.,SHRUB REMOVAL ONLY IN EXISTING BEDS ESTIMATED AREA 150 SQ.FT.) 5 SS41 SOIL STRUCTURE IMPROVEMENT;LOOSEN AND/OR MECHANCALLY TILL TO 4'TO 6'DEPTH TO BLEND Sf 20,060 $ 0.80 $ 18,054.00 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 EXISTING,MORTAR CONSTRAINT EDGING AS NEEDED,REPLACEMENT PAVERS SUPPLIED BY COUNTY 7 52&CLEANING• ARCHITECTURAL PAVERS(MEDIAN CLEANING)TO INCLUDE PRESSURE WASH AND TREATMENT WITH SF 14,737 $ 0.31 $ 4,568.47 MOLD REDUCTION CHEMICAL(e.g.WET&FORGET PRODUCT) PERFORMANCE TURF-SOD-ST.AUGUSTINE'FLORATAM'(STENOTAPHRUM SECUNDATUM);SOD AND 6 570-13-119• SOIL-SHOULDER TREATMENT INDEX 570-010,REPAIR(DAMAGE,RIGHTS-OF-WAY TRENCHING OR SY 225 $ 6.44 $ 1,449.00 EXCAVATIONS) PERFORMANCE TURF-SOD-ARGENTINE BAHIA GRASS(PASPALUM NOTATUM);SOD AND SOIL- 9 570-13.116• SHOULDER TREATMENT INDEX 570-010,RIGHT-OF-WAY REPAIR(DAMAGE,RIGHTS-OF-WAY TRENCHING Sy 225 $ 3.47 $ 780.75 OR EXCAVATIONS) 10 589-1-1-AGS' rw2ak'e}'y ARACHIS GLABRATA'ECOTURF'/PERENNIAL PEANUT;FIELD GROWN(F.G.)SOD SF 12,633 $ 3.21 $ 40,551.93 11 580-1-1-AB• � �s IU' AECHMEA BLANCHETIANA'RASPBERRY;10'POT.16"X 16'HT/SPR,3'O.C.,PARTIAL SUN GROWN EA 64 $ 46.00 $ 2,944.00 12 580-1.1-CC• ;A+S(&':'.CARPOBROTUS CHILENSIS-SEA FIG;#1 GAL.,6'X 6'HT/SPR,18'O.C. EA 409 $ 13.70 $ 5,603.30 CAO 13 580-1-1-DB• DB DIETES BICOLOR-YELLOW AFRICAN IRIS;#3 GAL;24'X 30";4'O.C.;FULL EA 23 $ 13.70 $ 315.10 14 580-1-1-EL• EL ERNODEA LITTORAL'S-GOLDEN/BEACH CREEPER;#1 GAL,12•X 12"HTISPR,24"O.C. EA 1,158 $ 5.15 $ 5,963.70 15 580-1-1-FM• FM FICUS MICROCARPA'GREEN ISLAND';#7 GAL;20"HT./SPR.;3'O.C.;FULL EA 8 $ 11.40 $ 91.20 16 580-1-1-LM• LM LIRIOPE MUSCARI'SUPER BLUE'-LILYTURF;#1 GAL.,16'X 16"HT/SPR,18'O.C. EA 1,273 $ 5.70 $ 7,258.10 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 18 580-1-1-RL' RL RONDELETIA LEUCOPHYLLA-PANAMA ROSE;#3 GAL;20"X 20"MIN.;3'O.C.;FULL EA 27 $ 10.26 $ 277.02 CAO 125.5 LINE BID ITEM ITEM NUMBER SYMBOL DESCRIPTION UNIT QTY UNIT COST TOTAL COST 19 580-1-1•SJ" SJ STACHYTARPHETA JAMAICENSIS-BLUE PORTERWEED;43 GAL;24"X 24";4'OC.;FULL EA 306 $ 14.85 $ 4,544.10 20 580-1.1-SR• SR STRELITZIA REGINAE-ORANGE BIRD OF PARADISE;#15 GAL;3'X 3';5'O.C.;3 PPP MIN.;FULL EA 40 $ 125.50 $ 5,020.00 HANDROANTHUS CHRYSOTRICHA-GOLDEN TRUMPET;5.5"CAL;214'OA X 28'SPR;250"DIA.ROOT 21 580-1-2-1-IC• 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 $ 1,598.00 ANCHORING SYSTEM. HANDROANTHUS IMPETIGINOSA'IPE'-PURPLE TRUMPET;5.5'CAL;214'OA X 28'SPR.;250"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 ANCHORING SYSTEM. 23 580-1.2-LS• LAGERSTROEMIA SPECIOSA-QUEEN'S CRAPE MYRTLE;4-CAL;9'OA X 5'SPR;40"DIA.ROOT BALL;F.G. 5 $ 2,223.00 $ 11,115.00 B&B,OR FLA G&S#1 GRADE 100 GAL SIZE CONTAINER EA 24 580-1.2-LIM• LIM LAGERSTROEMIA X'MUSKOGEE'-CRAPE MYRTLE;a#30 GAL.;8'-10'X 4'-5';STANDARD EA 2 $ 308.00 $ 816.00 25 560-1.2-ED' ED ELAEOCARPUS DECIPIENS-JAPANESE BLUEBERRY TREE,3'CAL;>8'OA.HT.X>4'SPR;236"DIA.ROOT 27 $ 970.00 $ 26,190.00 BALL OR 265 GAL STANDARD. EA 26 580-1-2-QC• QC QUERCUS VIRGINIANA'CATHEDRAL'-LIVE OAK;5'CAL;215'OA X 28'SPR;244"DIA.ROOT BALL;F.G. 4 $ 1,540.00 $ 6,160.00 B&B,OR FLA.G&S#1 GRADE 100 GAL.SIZE CONTAINER EA 27 580-1-2-TR' THRINAX RADIATA-FLORIDA THATCH PALM;8'OA.HT.;224'DIA ROOT BALL;1 STEM;6 LEAFLETS;F.G.B&B EA 41 $ 798.00 $ 32,718.00 28 580-1-2-TR4• TR4 THRINAX RADIATA-FLORIDA THATCH PALM;4'-8'OA.HT.;224'DIA.ROOT BALL;3 STEMS 4',6'&8'HTS.; 21 $ 912.00 $ 18,152.00 6 LEAFLETS PER STEM;F.G.B&B EA 29 580-14NULCH• WOOD MULCH-PINE WOOD SPECIALTY MULCH AT 3'DEPTH PER NOTES;2 CU.FT.BAGS;ESTIMATED 8 EA 3,844 $ 9.43 $ 34,362.92 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 31 FOOT 580-9.10 LANDSCAPE-TREE.PARTIAL REMOVAL LESS STUMP,ABOVE GROUND PORTION ONLY PER PLAN EA 4 $ 1,167.00 $ 4,668.00 NOTES,1"TO 8"DBH 32 FDOT 580-9-11 LANDSCAPE-TREE,COMPLETE REMOVAL,8'TO 24'DBH EA 2 $ 2,647.00 $ 5,294.00 (Trees,<=5"DBH)INCLUDES TRANSPLANTING OF TREE TO NEW SITE WITHIN PROJECT LIMITS, TRANSPORTATION,EXCAVATION,INSTALLATION,INITIAL WATERING&INTIAL ESTABLISHMENT 33 FOOT 581-1.4 WATERING,MULCHING,BRACING AND ESTABLISHMENT COSTS.TO INCLUDE SUPPLYING, g $ 1,190.00 $ 9,520.00 TRANSPORTING,PLACEMENT AND COMPACTION OF BACKFILL INTO EXISTING TREE RELOCATION PITS EA ON ROWS 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, 3 $ 2,297.00 $ 8,891.D0 TRANSPORTING,PLACEMENT AND COMPACTION OF BACKFILL INTO EXISTING TREE RELOCATION PITS EA ON ROW'S AND MEDIANS AND AS ADDITIONAL SOIL BACKFILL FOR TRANSPLANT PITS.LOCAL CLEAN NATIVE TOPSOIL WILL MEET THIS PAY ITEM. CATEGORY I.SUBTOTAL: $ 448,409.53 ONO CATEGORY II.US 41(SR90)TAMIAMI TRAIL EAST(Davis Blvd.(SR84)(MP 12.859)to Espinal Blvd.(MP 14.359),CCPN 31112.5-Irrigation Improvements LINE BID ITEM DESCRIPTION UNIT On' 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 LS 1 $ 8,303.00 $ 8,303.00 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 FOR EA 4 $ 1,245.00 $ 4,980.00 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 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 $ 8.16 $ 244.80 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 PLAN NOTES AND DETAILS. 8 590-70• FURNISH&INSTALL MAIN LINE:2"PVC SCH.40 SOLVENT WELD IRRIGATION PIPING WITH DUCTLE IRON PIPE LF 380 $ 29.00 $ 11,020.00 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 DUCTLE IRON LF 50 $ 31.40 $ 1,570.00 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 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 FURNISH&INSTALL LATERAL ZONE PIPING:3/4"TO 2'PVC SCH.40 SOLVENT WELD IRRIGATION PIPE AND 10 59D-70' FITTINGS FROM ZONE VALVES TO SPRINKLERS OR BUBBLER LOCATIONS BY TRENCHING,SEE PLAN NOTES, LF 8,500 $ 1.17 $ 9,945.00 SPECIFICATIONS AND DETAILS.SIZE PIPE FOR PROPER FLOWS AS RECOMMENDED IN THE PIPE SIZING SCHEDULE. FURNISH&INSTALL BUBBLER FLEX PIPING:3/4"TO 12"TORO SUPER FUNNY PIPE AND FITTINGS FROM ZONE PVC 11 590.70• LATERAL PIPING TO BUBBLER LOCATION&AROUND TREE ROOT BALL BY TRENCHING.INCLUDES GALVANIZED U- LF 1,800 $ 0.88 $ 1,584.00 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 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 HT.VALVE BOX EXTENSIONS AS NEEDED.REMOVED VALVES TO BE RETURNED TO COUNTY AT 4800 DAVIS BLVD. FACILITY. Ca0) FURNISH&INSTALL:TORO 220G-27-05,1.25"220 SERIES BRASS ELECTRIC(8)-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 EA 9 $ 2,064.00 $ 18,578.00 BOXES NOMINAL.14"X 20'X 12".LID TO READ"IRRIGATION'.TO INCLUDE SERVICE LINE CONNECTION&JUMBO SIZE 8"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, 2 $ 2,241.00 $ 4,482.00 14'X 20"X 12".LID TO READ"IRRIGATION'.TO INCLUDE SERVICE LINE CONNECTION&JUMBO SIZE 6"HT.VALVE EA BOX EXTENSIONS AS NEEDED. REMOVE&REPLACE:EXISTING SPRAY TYPE SPRINKLERS WITH TORO 570Z SERIES SPRAYS 570Z PRX MODEL 16 590-70' 570Z-12P-PSI-PRX WITH MPR-PLUS AND WAN SPRAY NOZZLES.RADIUS AND COVERAGE PATTERN VARY. EA 373 $ 93.00 $ 34,689.00 INCLUDES FLEX PIPE AND FITTINGS,SEE PLAN NOTES,SPECIFICATIONS AND DETAILS.REMOVED SPRINKLERS TO BE RETURNED TO COUNTY AT 4800 DAVIS BLVD.FACILITY. CATEGORY II.US 41(SR90)TAMIAMI TRAIL EAST(Davis Blvd.(SR84)(MP 12.859)to Espinal Blvd.(MP 14.359),CCPN 31112.5-Irrigation Improvements LINE BID ITEM ITEM NUMBER DESCRIPTION UNITS QTY UNIT COST TOTAL COST REMOVE&REPLACE:EXISTING ROTOR TYPE SPRINKLERS WITH TORO T5 SERIES NON-RAPIDSET 12"POP-UP 17 590.70' ROTOR MODEL#T5HP WITH 1.5,3.0 OR 6.0 REGULAR NOZZLES.INCLUDES FLEX PIPE AND FITTINGS,SEE PLAN EA 18 $ 139.50 $ 2,511.00 NOTES,SPECIFICATIONS AND DETAILS.REMOVED SPRINKLERS TO BE RETURNED TO COUNTY AT 4800 DAVIS BLVD.FACILITY. FURNISH&INSTALL:ROTOR TYPE SPRINKLERS WITH TORO TO SERIES NON-RAPIDSET 12"POP-UP ROTOR 18 590-70• MODEL#T5HP 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 SPECIFICATIONS AND DETAILS. FURNISH&INSTALL:TORO 570Z SERIES SPRAYS 570Z PRX MODEL 570Z-12P-LPSI-PRX WITH MPR-PLUS AND 19 580-70' WAN SPRAY NOZZLES.RADIUS AND COVERAGE PATTERN VARY.INCLUDES FLEX PIPE AND FITTINGS,SEE PLAN EA 119 $ 77.50 $ 9,222.50 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 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.BOX EA 24 $ 570.00 $ 13,680.00 EXTENSIONS AS NEEDED. FURNISH&INSTALL TWO BUBBLER HEAD LOCATIONS:(2)TORO MODEL No.FB200ADJPC,PRESSURE 22 590-70' COMPENSATING FLOOD BUBBLERS.TWO BUBBLER HEADS PER LOCATION BASED UPON TREE TYPE,(E.G. EA 117 $ 18.20 $ 2,246.40 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 23 590.70' COMPENSATING FLOOD BUBBLERS.FOUR BUBBLER HEADS PER LOCATION BASED UPON TREE TYPE,(E.G. EA 65 $ 19.20 $ 1,248.00 ROYAL PALMS,OAK TREES,QUEEN'S CRAPE MYRTLE,TRUMPET TREES REQUIRE FOUR FLOOD BUBBLER PER 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 SPECIFICATIONS. 25 SBO-70' FURNISH&INSTALL:VALVE CONTROL WIRE,AWG 10 GA.WIRE(COMMON WHITE,ACTIVATION RED,SPARE BLUE) LF 180 $ 1.58 $ 284.40 SOLID COPPER INSULATED SUITABLE FOR DIRECT BURIAL 26 590-70' FURNISH&INSTALL:VALVE CONTROL WIRE.AWG 12 GA.WIRE(COMMON WHITE)SOLID COPPER INSULATED LF 1,764 $ 0.92 $ 1,622.86 SUITABLE FOR DIRECT BURIAL 27 590-70• FURNISH&INSTALL:VALVE CONTROL WIRE,AWG 14 GA.WIRE(ACTIVATION RED)SOLID COPPER INSULATED LF 7,474 $ 0.63 $ 4,708.62 SUITABLE FOR DIRECT BURIAL 28 590-70' FURNISH&INSTALL:VALVE CONTROL WIRE,AWG 14 GA.WIRE(SPARE BLUE)SOLID COPPER INSULATED LF 875 $ 0.83 $ 551.25 SUITABLE FOR DIRECT BURIAL 29 590-70• FURNISH&INSTALL:MAIN FLUSH/BLOW OFF ASSEMBLIES PER PLAN NOTES&DETAILS.SIZES TO BE 1"DIA,TO EA 1 $ 382.O0 $ 382.00 INCLUDE JUMBO SIZE BOXES&6'HT.BOX EXTENSIONS AS NEEDED. FURNISH&INSTALL:OMNI MARKERS MODEL 168,NON-POTABLE WATER,PURPLE,FREQUENCY 66.35 kHz,50'O.C. 30 590-70• ALONG MAIN LINE WITH NO WIRING:AT ENDS OF DIRECTIONAL BORES AND AT MECHANICAL JOINTS.SEE NOTES, EA 10 $ 83.00 $ 830.00 SPECIFICATIONS AND DETAILS FOR INSTALLATION REQUIREMENTS. FURNISH&INSTALL SERVICE TEE ASSEMBLY:1.25"TO 2'DIA.,AT NEW VALVES&VALVE SIZE INCREASE 31 590.70• LOCATIONS BASED UPON FLOW REQUIREMENTS;DUCTILE IRON PIPE FITTINGS,JOINT RESTRAINTS,PVC SCH.40 EA 14 $ 383.00 $ 5,362.00 SOLVENT WELD PIPING,CONNECTIONS FOR TAPS TO EXISTING SERVICE LINES,NEW SERVICE TEES AND/OR 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 $ 289.00 $ 1,883.00 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 33 590-70• SOURCE LINE STUBBED UP INTO MCLEAN HIGHLINE 10'DIA PLASTIC VALVE BOX WITH FILTER CLOTH&3'DEPTH EA 14 $ 327.00 $ 4,578.00 OF#89 GRAVEL IN BOTTOM OF BOX.REMOVED VALVES TO BE RETURNED TO COUNTY AT 4800 DAVIS 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 EQUIPMENT HOURS REQUIRED TO DO THIS WORK 35 1050.42-2-03' UTILITY PIPE-PE/HOPE(DIRECTIONAL BORE PER FOOT STANDARD SPECIFICATIONS SECTION 555,2 RUNS(134 134 $ 39.00 $ 5,226.00 L.F.)2"HDPE IRRIGATION MAIN LINE&(134 L.F.)2'SCH.40 PVC WIRE CONDUIT) 36 110-410 REMOVAL OF EXISTING CONCRETE PAVEMENT/REMOVAL OF EXISTING CONCRETE SY 10,$ 241.00 $ 2,410.00 CATEGORY II.US 41(SR90)TAMIAMI TRAIL EAST(Davis Blvd.(SR84)(MP 12.859)to Espinal Blvd.(MP 14.359),CCPN 31112.5-Irrigation Improvements LINE BID ITEM DESCRIPTION UNITS CITY UNIT COST TOTAL COST ITEM NUMBER 37 522-2" CONCRETE SIDEWALK AND DRIVEWAYS,6"THICK,(3,000 PSI),(PER FDOT STANDARD SPECIFICATIONS,SECTIONS SY 10 $ 380.00 $ 3,600.00 522 AND STANDARD PLANS 522-001&522-002 FURNISH&INSTALL:CITY OF NAPLES APPROVED 1.5'DIA.BACKFLOW PREVENTER WITH ALL CONNECTIONS AND 38 590-70 COMPONENTS.COORDINATE WITH CITY OF NAPLES AND COUNTY STAFF FOR PERMITTING AND INSTALLATION EA 1 $ 6,000.00 $ 6,000.00 OF WATER METER AND BACKFLOW PREVENTER CATEGORY IL SUBTOTAL: $ 248,115.45 CATEGORY III.US 41(SR90)TAMIAMI TRAIL EAST(Davis Blvd.(SR84)(MP 12.859)to Espinal Blvd.(MP 14.359),CCPN 31112.5-BONDS 1 PUBLIC PERFORMANCE AND PAYMENT BOND PREMIUMS LS 1 $ 8,900.00 $ 8,900.00 CATEGORY I,II&III TOTAL BID AMOUNT: S 703,424.98 �P�l BID SCHEDULE NOTES: 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). Hanoula Landscaping And Irrigation Inc.11.17-2025 Cp,O EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE) 12 Construction Services Agreement:[2025_ver.4] GAO . FORM 1-BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY,FLORIDA US 41 Tamiami Trail East Landscape&Irrigation Improvements BID NO.25-8366R Full Name of Bidder Hannula Landscaping and Irrigation Inc Main Business Address 17051 Jean Street Unit 7, Fort Myers FL 33967 Place of Business 17051 Jean Street Unit 7 Fort Myers, Florida 33967 Lee County, Florida Telephone No. 239-437-9666 Fax No.239-437-9665 State Contractor's License#N/A State of Florida Certificate of Authority Document Number P92000010592 Federal Tax Identification Number 65-375795 DUNS# MGBNNY2FGAB9 CCR# _ _ Cage Code 71LN4 002272420 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA (hereinafter called the Owner) The undersigned,as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation;that it has carefully examined the location of the proposed Work,the proposed form of Agreement and all other Contract Documents and Bonds,and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract,and to do all other things required of the Contractor by the Contract Documents,and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points,and in the case where further decimal points are inadvertently provided,rounding to two decimal points will be conducted by Procurement Services Division staff. Upon notification that its Bid has been awarded,the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten(10)calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents.The bid security attached is to become the property of the Owner in the event the Agreement,Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth,as liquidated damages,for the delay and additional expense to the Owner,it being recognized that, since time is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement, Insurance Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owner's damages,will be difficult, if not impossible,to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the 6;) above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates,and Bonds in a timely manner. Upon receipt of the signed and approved agreement and Purchase Order,the undersigned proposes to commence work at the site within five(5)calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager,in writing,subsequently notifies the Successful Bidder of a modified(later)commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within One Hundred and Fifty (150)consecutive calendar days,computed by excluding the commencement date and including the last day of such period,and to be fully completed to the point of final acceptance by the Owner within Thirty(30)consecutive calendar days after the date the Punch List is delivered to the Successful Bidder,computed by excluding commencement date and including the last day of such period. Acceptance and acknowledged by an Authorize Agent Signature: t----- Title: Dale F. Hannula, President Date: November 17,2025 Gp0 FORM 2-CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT US 41 Tamiami Trail East Landscape&Irrigation Improvements Bid No.25-8366R Name Personnel Category Damon Himmel Construction Superintendent Dale Hannula/Damon Himmel Project Manager Gp,O FORM 3-MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications,including compliance with Florida Statute 255.20 to provide lumber,timber and other forest products produced and manufactured in the State of Florida as long as the price,fitness and quality are equal. Exceptions(when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager,Bidder shall furnish the manufacturer named in the specification.Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A(Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm,I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company: Hannula Landscaping and Irrigation Inc Signature s ____/ 4�.y,-� Date: 11-17-2025 Section B(Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. None 2. 3. 4. 5. Please insert additional pages as necessary. Company: Signature: _ Dale Gp0 FORM 4-LIST OF MAJOR SUBCONTRACTORS THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are "qualified" (as defined in Procurement Ordinance and Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents,including,but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer.Further,the Owner may direct the Successful Bidder to remove/replace any Subcontractor,at no additional cost to Owner,which is found to be non-compliant with this requirement either before or after the issuance of the Award of Contract by Owner.(Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents,the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Work Subcontractor and Address 1. Electrical 2. Mechanical 3. Plumbing Mikes Plumbing Of Southwest Florida 1724 Santa Barbara Blvd.Naples,Florida 34116 4. Site Work Hannula Landscaping And Irrigation,Inc. 5. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule Company: Hannula Landscaping And Irrigation, Inc. Signature: 61114 ,�, Date: 1-17-2Q25 Gr° FORM 5-STATEMENT OF EXPERIENCE OF BIDDER THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE/NON- RESPONSIBLE. The Bidder is required to provide five (5) project references, stated below, of what work of similar magnitude completed within the last five(5)years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. 1. Davis Blvd.Santa Barbara To Collier Collier County Board Of Co. Commissioners Landscape Operations Rnsd Rrid0e Stormwstnr MaintPnam e (project name) (project owner) Naples, Florida 4800 Davis Blvd. Naples, FL. 34104 (project location) (Owner's address) Landscape, Irrigation, Sod, Pump Stations Pamela Lulich Project Manager (project description) (Owner's contact person) (title) 2024-2025 $1,448,196.00 239-253-2330 pamela.lulich@colliercountyfl.gov (project start/completion dates) (contract value) (phone) (email) 2. Lowdermilk Park Landscape City Of Naples, Community Services Department (project name) (project owner) Naples, Florida 280 Riverside Circle Naples, Florida 34102 (project location) (Owner's address) Landscape, Irrigation, Sod,Shell, Rail Fence Jim Hodgdon Project Manager (project description) (Owner's contact person) (title) 2024-2025 $318,459.00 239-825-2038 jhodgdon@naplesgov.com (project start/completion dates) (contract value) (phone) (email) 3. Airport Road Landscape Improvements City Of Naples, Airport Authority (project name) (project owner) Naples, Florida 160 Aviation Drive North Naples, Florida 34104 (project location) (Owner's address) Landscape,Irrigation, Site Work, Tree Removal Noah Dietrich Project Manager (project description) (Owner's contact person) (title) 11/27/23-08/28/24 $1,606,282.57 239-380-0845 ndietrich@flynaples.com (project start/completion dates) (contract value) (phone) (email) CPO CONTINUAL-FORM 5-STATEMENT OF EXPERIENCE OF BIDDER 4. Homestead Road Landscape&Irrigation Lee County Board Of County Commissioners (project name) (project owner) Lehigh Acres, Florida 2115 Second St. Fort Myers, FL. 33901 (project location) (Owner's address) Landscape, Irrigation, Site Work, Electrical Robert DeBrock Project Manager (project description) (Owner's contact person) (title) 03/15/22-09/22/2022 $402,507.66 239-533-9425 rdebrock@leegov.com (project completion date) (contract value) (phone) (email) 5. Chamberlin Re-Alignment %Ajax Paving Industries Of Fla. & Lee Co. Port Authority (project name) (project owner) Fort Myers, Florida 13350 Rickenbacker Parkway Fort Myers, Florida 33913 (project location) (Owner's address) Landscape, Irrigation,Well, Pump,Electric,Sod Matt Desotell&Mike Culver Project Manager (project description) (Owner's contact person) (title) 2023-2024 $659,584.00 239-292-8076 mdesotell@ajaxpaving.com (project completion date) (contract value) (phone) (email) Company: Hannula Landscaping and Irrigation Inc November 17.2025 Signature: , .t t '' -.ti.•���---- Date CaO FORM 6-TRENCH SAFETY ACT TRENCH SAFETY AFFIDAVIT(SWORN STATEMENT) The Occupational Safety and Health Administration excavation safety standards,29 CFR 1926.650 Subpart P,trench safety standards, will be in effect during the period of construction of the Project. Contractor acknowledges and issues this sworn statement that included in the Contract Price are costs for complying with the Florida Trench Safety Act(90-96, Laws of FL) effective October 1, 1990, and hereby gives assurance that, if awarded the Contract, the Contractor or Subcontractor performing trench excavation work on the Project will comply with the applicable trench safety standards. The Contractor further identifies the costs as follows: Trench Safety Item J escrjption i_ Cost Irrigation Main Line W/Ductile Iron Fittings 380 L.Ft. $29.00 TOTAL$11.020.00 THIS IS NOT A PAY ITEM:The purpose of this form is to gather information on the costs associated with trench safety measures and to insure that the Contractor has considered these costs and included them in the Total Estimated Base Bid and the Total Estimated Additive Alternate Bid. Contractor will not receive additional payment if actual quantities differ from those estimated or if the Contractor uses a safety measure different than those listed. The undersigned assures that the entity will comply with the applicable Trench Safety Standards and agrees to indemnify and hold harmless the Owner,and any of Owner's agents or employees from any claims arising from the failure to comply with said standard. The undersigned,in entering this Contract,represents that he has reviewed and considered all available geotechnical information and made such other investigations and tests as he may deem necessary to adequately design the trench safety system it will utilize on this Project. CONTRACTOR NAME: Hannula Landscaping and Irrigation Inc DATE: November 17,2025 BY: Dale F. Hannula cz1 TITLE:President STATE OF FLORIDA COUNTY QF PINELLAS Lee The foregoing instrument was sworn and subscribed before me by means of 0 physical presence or 0 online notarization this 17th. day of November 2025 , by Dale F.Hannula , who is personally known to me or has produced as identification. Notary Publ.- Print Nat (Seal) My commission expir { Notery Public State of Florida 1 Renee Rehbefn 0 •i11� My Commission HH 619531 0 Expires 1/23/2029 ' Cp.O Executed in 2 Counterparts FORM 7-BID BOND THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE/NON- RESPONISBLE KNOW ALL MEN BY THESE PRESENTS, that we Hannula Landscaping and Irrigation, Inc. (herein after called the Principal) and Merchants National Bonding, Inc. , (herein called the Surety), a corporation chartered and existing under the laws of the State of_ IA _ with its principal offices in the city of Des Moines and authorized to do business in the State of FL _ are held and firmly bound unto the Board of County Commissioners of Collier County (hereinafter called the Owner),in the full and just sum of Five Percent of Amount Bid _dollars(S 5% i good and lawful money of the United-States of America,to be paid upon demand of the Owner,to which payment well and truly to be made,the Principal and the Surety bind themselves,their heirs,and executors,administrators,and assigns,jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor,materials, equipment and incidentals necessary to furnish,install,and fully complete the Work on the Project known as Bid No. 25-8366R US 41 Tamiami Trail East Landscape& Irrigation Improvements. NOW,THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid,and give such bond or bonds in an amount of 100%the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor,materials and supplies furnished in the prosecution thereof or,in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds,and deliver to Owner the required certificates of insurance,if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of SFive Perce I* noted above as liquidated damages,and not as a penalty,as provided in the Ridding Documents,then this obligation shall be null and void,otherwise to remain in full force and effect. *of Amount Bid IN TESTIMONY Thereof,the Principal and Surety have caused these presents to be duly signed ands t14)i 17th day of November ,2025 . /' \ 'ytllN ry�G'1 Hannula Landscaping and Irrigation, Inc. p • rincipal b Bt �1i , GSi y `er 'ts,,, erchants National Bon � Inc. S'nrey ".����co �`• ' `� � s .... ,� o� 4 - _ (seal) . -e4 W.Reich }ney-In-Fact Jeffrey`vv.'1eich**,FL Licensed Resident Agent ...._ '4/.. 4[I'producingAgent for**Florida Surety Bonds, Inc. _Inquiries:407-786-7770 DN.() -MERCHANT:TiS '*`� BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, Cheryl A Foley;Emily J Golecki;Jeffrey W Reich;Kim E Niv;Lisa A Roseland;Nathan K Reich;Robert P OLinn;Sarah K OLinn;Sonja Amanda Floree Harris;Susan L Reich;Teresa L Durham their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc.,on October 16,2015. "The President, Secretary, Treasure?,' any2 4srdnnaYrtasurer o?ReAssistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-In-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 20th day of October ,2023 . �,•'"`.••"'•.. ••......• MERCHANTS BONDING COMPANY(MUTUAL) .•"�Q��/O.................. 4�� ••Q. ‘��' GQijt•. MERCHANTS NATIONAL BONDING,INC. 0 O/j9•- p. •04• PQ9' Aq•. d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY tv 2003 ;`cZ: yT 1933 c; By ��.. ••�• V� 7Cr7/4' ;���.• •.� President STATE OF IOWA '. * • •• • COUNTY OF DALLAS ss. ,��•""•••''' On this 25th day of October, 2024 , before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ,so:qu Kim Lee o '' ry Commission Number 702737 . Commission 1 Ea"res 4, 1/\(-Y) 612/1-1 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 17th day of November ,2025 • a • l°AR' d Cr:• ,Pgq •.q •o is S' 1 1933 Secretary POA 0018 (1V2)� •»�•:�.,�. ••''''• FORM 8-INSURANCE AND BONDING REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in FORM 8 of this solicitation, The Vendor shall procure and maintain property insurance upon the entire project,if required,to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant,Subcontractors,agents and employees of each and all of them,all damages covered by property insurance provided herein,except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate,require similar waivers of subrogation from the County's separate Vendors,Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify"For any and all work performed on behalf of Collier County",or,the specific solicitation number and title. The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County,Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR,Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County.The Certificates of Insurance must state the Contract Number,or Project Number, or specific Project description,or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in FORM 8 with the use of Insurance Services Office (ISO)forms and endorsements or their equivalents. If Vendor has any self- insured retentions or deductibles under any of the below listed minimum required coverage,Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coveragef)shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation,whichever is longer. The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County,in a Iike manner,within twenty-four(24)hours after receipt,of any notices of expiration,cancellation,non- renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice.In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder,Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverages required herein,the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage{ )and charge the Vendor for such coverage purchased. If Vendor fails to reimburse the County for such costs within thirty(30)days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor.The County shall be under no obligation to purchase such insurance,nor shall it be responsible for the coverage(purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage1)shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s)shall be considered justification for the County to terminate any and all contracts. GP'Q FORM 8- INSURANCE AND BONDING REQUIREMENTS Collier County Florida Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers'Compensation coverage or a Certificate of Exemption issued by the State of Florida is required.Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption.An application for exemption can be obtained online at https://apps.fldfs.comlbocexemptl 2. ®Employer's Liability $ 1.000.000 single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability(Occurrence Form)patterned after the $ 1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury current ISO form Liability and Property Damage Liability. The General Aggregate Limit Shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ®Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend,indemnify and hold harmless Collier County,its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees,to the extent caused by the negligence, recklessness,or intentionally wrongful conduct of the Contractor/Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ®Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage. Owned/Non-owned/Hired;Automobile Included 6. ❑ Other insurance as ❑Watercraft $ Per Occurrence noted: O United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ _ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence 0 Pollution $ Per Occurrence ❑ Professional Liability $ Per claim&in the aggregate ❑Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑Cyber Liability $ Per Occurrence ❑Technology Errors&Omissions $ Per Occurrence CP•O, 7 ®Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit,a cash bond posted with the County Clerk,or proposal bond in a sum equal to 5%of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ®Performance and For projects in excess of $200,000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award, and written for 100%of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5%of the reported policy holders' surplus,all as reported in the most current Best Key Rating Guide,published by A.M.Best Company,Inc.of 75 Fulton Street,New York,New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as"ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required.This insurance shall be primary and non-contributory with respect to any other insurance maintained by,or available for the benefit of,the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County. The Certificates of Insurance must state the Contract Number,or Project Number,or specific Project description,or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East,Naples,FL 34112 13. ® Thirty(30)Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. GG—4/7/2025 Vendor's Insurance Acceptance By submission of the bid Bidder accepts and understands the insurance requirements of these specifications,agrees to maintain these coverages through the duration of the agreement and/or work performance period,and that the evidence of insurability may be required within five(5)days of notification of recommended award of this solicitation. e ACo CERTIFICATE OF LIABILITY INSURANCE °A>E`MM/D°'r`(Y) 12/23/2024 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 Lode Frost NAME: Brown&Brown Insurance Services,Inc. fPHONE.Ertl- (239)261-3000 i F Noi: (239)261-8265 9617 Gulf Research In A oaeSS: Lorie.Frost@bbrown.com Suite 202 f. INSURER(S)AFFORDING COVERAGE NAIC N Ft.Myers FL 33912 INSURERA: Southern-Owners Insurance Company 10190 INSURED i INSURER B: Auto-Owners Insurance Company 18988 Hannula Landscaping&Irrigation INSURER c: FFVA Mutual Insurance Co. 10385 17051 Jean St Unit 7 INSURER D: Federal Insurance Company 20281 INSURER E: Fort Myers FL 33967-6065 INSURER F: I COVERAGES CERTIFICATE NUMBER: 25-26 Master REVISION NUMBER: THIS IS TO CERTIFY THATTHE 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. KIWI COOL TfluD+NI ' PG1Ir:.FF%` /7i.Z.'EYS— LIMITSLIMITSLTR I TYPE OF INSURANCE INSD WVD POLICY NUMBER 1MMIDD/YYYY1 (MM/DDIYYYYI X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 )CLAIMS-MADE OCCURA:i"tOF'T�iry, 300,000 PREMISES 1Ea occurrence+ S — MED EXP'Ant one Daraenl $ 10,000 A — 20317772 01/01/2025 . 01/01/2026 PERSONAL aa0vINJURY $ 1,000,000 w GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY 1-1 JEa n LOC PRODUCTS-COMP/OP AGG $ 2,000,000 — .OTHER: Voluntary Property $ 5,000 AUTOMOBILE LIABILITY GOWNED SINGLE UMIT $ 1,000,000 ,Ea accident! X ANY AUTO BODILY INJURY(Per person) $ B OWNED �`SCHEDULED 5156153400 01/01/2025 01/01/2026 i BODILY (Per $ AUTOS ONLY AUTOS ( ) x HIRED NON-OWNED PROPERTY DAMAGE _ AUTOS ONLY AUTOS ONLY (Peracadart S CAPP a X UMBRELLALIAB --X OCCUR EACH OCCURRENCE S 3,000,000 A EXCESSLIAa,,_.. CLAIMS-MADE 5156153401 01/01/2025 01/01/2026 AGGREGATE $ 3,000,000 _.. _._.r DED I RETENTION S $ WORKERS COMPENSATION PER Er- 1 AND EMPLOYERS'LIABILITY YIN X ,LrATLTE ,ER C ANY PROPRIETOR/PARTNER/EXECUTIVE I N } N JA WC840-0035419-2025A 01/01/2025 01/01/2026 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? i (Mandatory in NHI E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 Leased&Rented Equipment D 45469032E11C 01/01/2025 01/01/2026 Leased&Rented $500,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Collier County Board of County Commissioners is Included asAdditional Insured with respects to General Liability and auto liability only as required by written contract with ongoing and completed operations per form CGL55091 on a primary non-contributory basis and Waiver of Subrogation per form CGL55373. Re: Any and all Work 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 Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail E. AUTHORIZED REPRESENTATIVE Naples FL 34112 - J} ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD . °J a 17414A Collier County Procurement Services fOR!119—CONFLICT OF INTEREST CERTIFICATE The Vendor certifies that,to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose a conflict of interest and is in compliance with the Procurement Ordinance,Section Seven,Ethical Standards,that states: "A consultant who participates in the drafting of a solicitation or scope or who develops a program for future implementation that gives rise to an actual conflict so as to unfairly benefit that consultant to the disadvantage of any other future firms that could competitively seek a County contract related to such program or project upon which the solicitation or scope is based,and which conflict is not otherwise curable, is not eligible to contract with the County for any other contracts dealing with that specific subject matter,and any firm in which such person has any interest is not eligible to receive such contract.However,this prohibition does not prevent a vendor who responds to a request for information from being eligible to contract with the County." The Vendor certifies that, to the best of its knowledge and belief,the past and current work on any Collier County project affiliated with this solicitation does not pose a conflict of interest as described by one of the three categories below: Biased ground rules—The firm has not set the"ground rules"for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement)which appears to skew the competition in favor of my firm. Impaired objectivity—The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals/past performance of itself or a competitor,which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor(or an affiliate)with an unfair competitive advantage in current or future solicitations and contracts. In addition,the contractor/vendor must provide the following,if applicable: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above- mentioned project;and, 2. Indicate if the information produced was obtained as a matter of public record(in the"sunshine")or through non- public(not in the"sunshine")conversation(s),meeting(s),document(s)and/or other means. Failure to disclose all material or having a conflict of interest identified in one or more of the above three categories may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below,the firm(employees,officers and/or agents)certifies,and hereby discloses,that,to the best of their knowledge and belief,all relevant facts concerning past,present,or currently planned interest or activity(financial, contractual, organizational,or otherwise)which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge and a duly corporate authorized representative with signature authority. Company Name: Hannula Landscaping and Irrigation Inc Date: November 17,2025 Signature: .---"" Title: President GAO) /4 Collier County Procurement Services FORM 10- VENDOR DECLARATION Si ATEME:IT BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples,Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and the bid/proposal submittal is in every respect fair and made in good faith,without collusion or fraud and in compliance with the Procurement Ordinance,Section Seven,Ethical Standards. The vendor certifies to the best of their knowledge or belief, no elected/appointed official or employee of Collier County,a spouse thereof or other person residing in the same household,is financially interested,directly or indirectly, in providing the goods or services specified in any submitted bid or proposal. A financial interest is defined as ownership of more than one percent(1%) of the total assets or capital stock or being an officer, director, manager, partner,proprietor,or agent of the business submitting the bid or proposal or of any subcontractor or supplier thereof providing goods or services in excess of one percent(1%)of the total bid or proposal amount.Additionally,the vendor, on company letterhead,must divulge at the time of the submittal of a bid or proposal, any relative,other than those already specified, of an elected or appointed official or employee of the County who has a financial interest, in providing the goods or services specified in the bid or proposal. The County, at its sole discretion, will determine whether a conflict exists and whether to accept or reject the bid or proposal. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees,if this solicitation submittal is accepted by Collier County,to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County,for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed in this solicitation. The Vendor agrees to comply with the requirements in accordance with the terms,conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further,the Vendor agrees that if awarded a contract for these goods and/or services and a subcontractor is a related entity to the Vendor,then the Vendor shall not mark-up the subcontractor's fees.A related entity shall be defined as any parent or subsidiary of the company and any business, corporation, partnership, limited liability company or other entity in which the company or a parent or a subsidiary of the company holds any ownership interest,directly or indirectly. Under penalties of perjury,I certify that the information shown on this form is correct to my knowledge and a duly corporate authorized representative with signature authority. Company Name: Hannula Landscaping and Irrigation Inc Date: November 17, 2025 Signature ,.a .-- "" Title: President K) CAA Collier County Procurement Services f ORIN 11-IMMIGRATION CERTIFICATION Vendors are required to be enrolled in the E-Verify program(httas://www.e-verifv.gov/),at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's bid. Failure to do so will result in the Vendor's submission being deemed non-responsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers,constituting a violation of the employment provision contained in 8 U.S.C.Section 1324 a(e)Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A(e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws(specifically to the 1986 Immigration Act and subsequent Amendment(s), that it is aware of and in compliance with the requirements set forth in Florida Statutes§448.095,and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. Under penalties of perjury,I certify that the information shown on this form is correct to my knowledge and a duly corporate authorized representative with signature authority. Company Name: Hannula Landscaping and Irrigation Inc Date: November 17, 2025 Signature: { v'��� Gy�•,,,/� Title: President CAOj 11/12/25,6:36 AM My Company Profile f E-Verify An officialwebsite of the United States government Here's hgwyou know E-Veri1y Menu My Comp an!, Acc nt Modernize the employment eligibility verification E_v ../ process today! Learn More E-V r My Company Profile Company Information Company Name Doing Business As (DBA) Name Hannula Landscaping and Irrigation, Inc. Company ID Enrollment Date 262825 Oct 08, 2009 Employer Identification Number(EIN) Unique Entity Identifier (UEI) nCAO https://everify.uscis.gov/account/company/profile 1/3 11/12//25.6:36 AM My Company Profile I E-Verify 650375795 MGBNNY2FGAB9 DUNS Number Total Number of Employees 002272420 20to 99 NAICS Code Sector 238 Construction Subsector Specialty Trade Contractors Edit Company Information Employer Category Employer Category None of these categories apply Edit Employer Category CA.O https://everify.uscis.gov/account/company/profile 2/3 11/12/25,6:36 AM My Company Profile I E-Verify Company Addresses Hiring Sites Physical Address Number of Sites 17051 Jean Street Unit 7 1 Fort Myers, FL 33967 Mailing Address Edit Hiring Sites Same as Physical Address Edit Company Addresses Company Access My Company is configured to: Memorandum of Understanding Verify Its Own Employees View Current MOU U.S. Department of Homeland Security. J.S. Citizenship and Immigration S-jrvices Accessibility Plug-ins Site Map S https://everify.uscis.gov/account/company/profile 3/3 25-8366R US 41 Tamiami Trail East Landscape& Irrigation Improvements Grants Provision Package: A Grants Provision Package Is Not Included In This Quote Per Documents Provided By Collier County. Dale F. Hannula Date Hannula Landscaping And Irrigation, Inc. OCAO 25-8366R US 41 Tamiami Trail East Landscape & Irrigation Improvements Business Tax Receipt: Irrigation Sprinkler License Submitted In Place Of Collier County Tax Receipt Per Quote Specifications. (2'tri.71 34,- ..-67.4 ( /0 Pi)A C Dale F. Hannula 11-17-2025 Hannula Landscaping And Irrigation, Inc. CA.0) ca Ta •E I 0 ti • a c to d a) o a) • a .1 w r+ N .d. +o O - �^ W t C ar 0 0 a, C 1 L C 0 O C >, U 0 co 0 O •_L. v m . > r cu 'y di u zN • C a: c L. s U CO R N 0 C V RI 0 E d 03 . a)O O hQ d r 16 ' Ei o0aU V V .? I u Oc+r- ? V L. Z% U ci _ ? O O O c6C ++ +� pas .. C= a1 O Q 0 N • • C,� . . 0 m Q ° m = c x cc-a sc.. iU 2 = C7 H Z" U w a� , E G O N . Z Z M L. = y0, c p V o Q d7 in n N o ++ O N • O co U U W to -a o c `) N —I ! _re •ig � . . U Q © iG '0 •- O F+ N W r L. J !•►.n-_ F F h3 = a7 0 4) ,. .co iv 'L a) ,U t— N +d• E p `- I. 0 O p - a� ik U Z c N O m 0 t0 .--„ t m a if r m U °3 ro CAO) Collier County * City of Marto * City of Naples * City of Everglades * Contractor Licensing IRRIGATION SPRINKLER Cert Nbr: Exp: Issuance Nbr: C35011 09/30/2026 35011 IRRIGATION SPRINKLER IRRIGATION SPRINKLER HANNULA LANDSCAPING AND IRRIGATION INC DALE F. HANNULA 17051 JEAN STREET UNIT 7 FORT MYERS, FL 33967 This Collier County Certificate of Competency's status and expiration date may change on July 1,2025 due to the State of Florida Senate Bill No,1142.Please visit our website at www_colliercountyfl.gov for more information as it becomes available. 0:44 tfr 7J __ Signed: �t/ dy"v,aY CA.O DIVISION OF CORPORATIONS I r,?'•1-11{ f 4 of 'ff!%�r�'if�•bor .f PO A1'('I(��11 FluNdu brobstu Department of State / Rjvision of QWporations / Search Records I Search by Entity Name I Detail by Entity Name Florida Profit Corporation HANNULA LANDSCAPING AND IRRIGATION, INC. filing Information Document Number P92000010592 FEI/EIN Number 65-0375795 Date Filed 12/08/1992 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 07/18/2008 Event Effective Date NONE Principal Address 17051 Jean Street Unit 7 Fort Myers, FL 33967 Changed: 01/13/2020 Mailing Address 17051 Jean Street Unit 7 Fort Myers, FL 33967 Changed:01/13/2020 Registered Agent M/119$Address HANNULA, DALE F 17051 Jean Street Unit 7 Fort Myers, FL 33967 Name Changed: 01/30/2017 Address Changed:01/13/2020 Officer/Dirgct9r Detail Name&Address Title PST CAO Hannula, Dale 17051 Jean Street Unit 7 Fort Myers, FL 33967 Annual Reports Report Year Filed Date 2023 01/03/2023 2024 01/10/2024 2025 01/08/2025 Plgcument Images 41LQ8L2925—ANNJ All REPORT View image in PDF format Q1JiQ/ 4-- pQm- View image in PDF format 01/03/2023--ANNUAL REPORT View image in PDF format 01/03/2022--ANNUAL REPORT View image in PDF format 1 01/11/2021—ANNUAL REPORT View image in PDF format 1 01/13/2020--ANNUAL REPORT View image in PDF format Q1/02/2019—ANNUAIj2EPORj View image in PDF format 1 01/17/2018-ANNUAL REPORT View Image in PDF format I 01/30/2017—ANNUAL REPORT View image in PDF format f 04/19/2016—ANNUAL REPORT View image in PDF format 04/20/2015--ANNUAL REPOR View image in PDF format I i 04/17/2014—ANNUAL REPORT View image in PDF format 04/19/2013—ANNUAL REPORT View image in PDF format I 04/09/2012—ANNUAL REPORT View image in PDF format I 04/26/2011—ANNUAL REPORT View image in PDF format 04/28/2010--ANNUAL REPORT View image in PDF format QM14/z0Q9—ANNUAL REPORT View image In PDF format 07/18/2008--Name Change View image in PDF format 04/28/2008—ANNUAL REPORT View image in PDF format 04/30/2007--ANNUAL REPORT View image in PDF format 04/17/2006—ANNUAL REPORT View image in PDF format 04/299/2005—ANNUAL REPORT View image in PDF format 04/25120Q4.-ANNUAL REPORT View image in PDF format 04/25/2003—ANNUAL REPORT View image in PDF format I 05/15/2002--ANNUAL REPORT View image in PDF format 05/02/2001--ANNUAL REPORT View image in PDF format 15/16/2000--ANNUAL REPORT View image in PDF format j 05/03/1999--ANNUAL REPORT View image in PDF format —1 Q5/Q12/1 8--ANNUAL REPORT View image in PDF format Q4/21;/1997--ANNUAL REPOT View image in PDF format 1 05/01/1996--_ANNUAL aLKIET View image in PDF format 05/01/1995—ANNUAL REPORT View image in PDF format I CAO CA.O State of Florida Department of Stale I certify from the records of this office that HANNULA LANDSCAPING AND IRRIGATION, INC. is a corporation organized under the laws of the State of Florida, filed on December 8, 1992. The document number of this corporation is P92000010592. I further certify that said corporation has paid all fees due this office through December 31, 2025, that its most recent annual report/uniform business report was filed on January 8, 2025, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital,this the Eighth day of January,2025 S, Secrete?}.of tote Tracking Number:9048678411CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. hops://sery ices u n biz.org/Filin gs/Certifica teOlStatus/CertificateAuth en tication CAC) ca .0 0 ti ,4- . 0 0 I JLa - 13 O "Q CCV cv a) u O +0 0 T^ - s C * a) , O X ' - CO t? InC = 0 O v * C� U O = C .. 'm .y C d to Z `� ` `0 c CI) w 0 ta d N _— O _ ++ U › .E Q ' N 0 c V C ns as a c Q ti3 C U G th p p c t a! r a) 0 - a) V V V O O w .�� : _O CD CG U at O is: ! v O c * co _ a C -0 C _ — O 0 O O 0 43 to to O 0 - t7 13 Z 9, _ N ra C v+ L ` • O t G 0 Z Z ti C — ` M = ,fl c 0 13 as >, a co co ' = a) ' c Q U c) W 0.) ,aco o C .0 c 7T�� 0 a 0 Q N tri _� N ate, ->, a `a 0 z te w , T 0 CO 0 = a) .L1 .- V Q d � 0 > > 2r) tiI* Q = z — N a3 z t f., '' to ;�' o Z ,;; „wj r r o y y E 0 •, U Qo l t.. 0? Cf :c e 1- ; Uo W O O '' v 3 A CN - ,Q to 4- co •N t !L - t !- U c\i -zt C 0 ' O o 0 - �, c i.; 4gk to L m 1111 as o �t Q I a : c > ' CA.O Collier County * City of Marco * City of Naples * City of Everglades * Contractor Licensing IRRIGATION SPRINKLER Cart Nbr: Exp: Issuance Nbr: C35011 09/30/2026 35011 IRRIGATION SPRINKLER IRRIGATION SPRINKLER HANNULA LANDSCAPING AND IRRIGATION INC DALE F. HANNULA 17051 JEAN STREET UNIT 7 FORT MYERS, FL 33967 This Collier County Certificate of Competency's status and expiration date may change on July 1,2025 due to the State of Florida Senate Bill No.1142.Please visit our website at www calliercounty)fl goov for more information as it becomes SigneSigned: d:. Si CA.O Form W-9 Request for Taxpayer Give form to the (Rev.March2024) Identification Number and Certification requester.Do not Departmentof the Treasury Go to www.irs.gov/FormW9 for instructions and the latest information. send to the IRS. g Internal Revenue Service Before you begin.For guidance related to the purpose of Form W-9,see Purpose of Form,below. 1 Name of entity/individual.An entry is required.(For a sole proprietor or disregarded entity,enter the owner's name on line 1,and enter the business/disregarded entity's name on Tine 2.) Hannula Landscaping and Irrigation,Inc. 2 Business name/disregarded entity name,ff different from above. `� 3a Check the appropriate box for federal tax classification of the entIt/individual whose name Is entered on line 1.Check only one of the following seven boxes. y 4 Exemptions(codes apply only to re certain entitles,not individuals; o 3 see instructions on page ❑ Individual/sole proprietor ❑ C corporation Q S corporation El Partnership ❑ TrusVestate p g )' ai ❑ LLC.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership) . . . . Exempt payee code(if any) Note:Check the"LLC"box above and,in the entry space,enter the appropriate code(C,S,or P)for the tax ' classification of the LLC,unless it is a disregarded entity.A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax o box for the tax classification of its owner. Compliance Act(FATCA)reporting El Other(see instructions) code(if any) O. �- 3b If on line 3a you checked"Partnership"or"Trust/estate,"or checked"LLC"and entered"P"as its tax classification, m and you are providing this form to a partnership,trust,or estate in which you have an ownership interest,check (Applies to accounts maintained to this box if you have any foreign partners,owners,or beneficiaries.See instructions . ❑ outside the United States.) r�0n 5 Address(number,street,and apt.or suite no.).See instructions. Requester's name and address(optional) 17051 Jean Street Unit 7 6 City,state,and ZIP code Fort Myers,FL 33967 7 List account number(s)here(optional) Wrin Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid Soeial security number backup withholding.For Individuals,this Is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the Instructions for Part I,later.For other - - entities,it is your employer identification number(EMI).If you do not have a number,see Now to get a or TIN,later. (_Employer identification number Note:If the account Is In more than one name,see the instructions for line 1.See also What Name and Number To Give the Requester for guidelines on whose number to enter. 6 5 - 0 3 7 5 7 9 5 WM Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.I am not subject to backup withholding because(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that i am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.1 am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out Item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and,generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part II,later. Sign Signature of f / //// Here U.S.person , �"�* Date / 1h/lS0 General Instructions New line 3b has been added to this form.A flow-through entity is required to complete this line to indicate that it has direct or indirect Section references are to the Internal Revenue Code unless otherwise foreign partners,owners,or beneficiaries when it provides the Form W-9 noted. to another flow-through entity in which it has an ownership interest.This Future developments.For the latest information about developments change is intended to provide a flow-through entity with information related to Form W-9 and its instructions,such as legislation enacted regarding the status of Its indirect foreign partners,owners,or after they were published,go to www.irs.gov/FormW9. beneficiaries,so that It can satisfy any applicable reporting requirements.For example,a partnership that has any indirect foreign What's New partners may be required to complete Schedules K-2 and K-3.See the Partnership Instructions for Schedules K-2 and K-3(Form 1065). Line 3a has been modified to clarify how a disregarded entity completes this line.An LLC that Is a disregarded entity should check the Purpose of Form appropriate box for the tax classification of its owner.Otherwise,it should check the"LLC"box and enter its appropriate tax classification. An individual or entity(Form W-9 requester)who is required to file an information return with the IRS is giving you this form because they Cat.No.10231X Form W-9(Rev.3-2024) CA.o) efN\ Collier County Procurement Services Addendum#1 Date: October 8, 2025 From: Rita Iglesias,Procurement Strategist Email: Rita.Igiesias@collier.gov Telephone: (239)252-1033 To: Interested Bidders Subject: Addendum#1 Solicitation#25-8366R US 41 Tamiami Trail East Landscape&Irrigation Improvements The following clarifications are issued as an addendum: Change 1: Constructien Services Agreement 2mc-re plate 2 and will be replaced by Construction Services Agreement 2025 Template ver 3 with Exhibits If you require additional information, please post a question on our OpenGov (https://1-rocurement.ohengov.com/portal/collier-countk-fl) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above refere,,ned solicitation. (Signature) Date //4110Vidit Lt SC4 Jjni i' ovl�2.,ikti o,J, aA. (Name of Company 1,1 CA.0) 011\ Collier County Procurement Services Addendum#2 Date: October 16,2025 From: Rita Iglesias,Procurement Strategist Email: Rita.Iglesias@collier.gov Telephone: (239)252-1033 To: Interested Bidders Subject: Addendum#2 Solicitation#25-8366R US 41 Tamiami Trail East Landscape&Irrigation Improvements The following clarifications are issued as an addendum: Change 1: to be replaced with 25-8366R Solicitation R1 • Note 9d.of Form 12 Bidders Checklist was revised to reflect: REOUIRED: Collier County Contractor License/certificate of competency having a Collier County Irrigation Sprinkler Contractor License OR a State of Florida General Contractor having a Collier County Irrigation Sprinkler Contractor License OR Collier County Irrigation Sprinkler Contractor License;and Intermediate Maintenance of Traffic certification and five years of Landscape and Irrigation Installation Roadway experience and five years of Intermediate Maintenance of Traffic experience. Documentation meeting this qualification must be submitted at the time of bid submission. • 420 Substantial Days to 150 Substantial Days and 30 Days to Final;total of 180 Days. Change 2: to be replaced with 25-8366R Bid Schedule R1 • Line#30,Line#31 quantities have been corrected.See corrected sheet LD-3. Addition:25-8366R Exhibit M-1-Sheet LD-3 of Plans S&S 10.16 • Line#30,Line#31 quantities have been corrected. Clarifications: • Collier County provides a Motorola Piccolo DC. • The City of Naples will provide an irrigation tap connecting to the water source and the meter. Per line#38,the contractor shall comply with the City of Naples requirements for the installation of a backflow preventer. • An FDOT Certified contractor certification is not required.The contractor is required to apply for an FDOT right-of-way permit. • Remove and return existing unused spray heads,rotors,valves and quick couplers as stated in line items: 12, 13, 16, 17,32,and 33. CAO o "REMOVED SPRINKLERS TO BE RETURNED TO COUNTY AT 4800 DAVIS BLVD. FACILITY" • The project is potable water,and no purple pipe is to be used. • The contractor can submit the bond payment provided receipt and check information is provided as back-up. The contractor cannot exceed the 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.If it ends up being more than the line amount,the County will not exceed the line amount. If you require additional information, please post a question on our OpenGov (https://procurement.opengov.com/portal/collier-county-fl)bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenlicitatio_p. JP/ // /7/RA4c (Signature) J /� r Date / / 3Iy /f4 /-�Gj,Vik }��U 74 42. 4fi i W✓, (Name of Company CA.O (If\N Collier County Procurement Services Addendum#3 Date: October 29,2025 From: Rita Iglesias,Procurement Strategist Email: Rita.Iglesias@collier.gov Telephone: (239)252-1033 To: Interested Bidders Subject: Addendum#3 Solicitation#25-8366R US 41 Tamiami Trail East Landscape&Irrigation Improvements The following clarifications are issued as an addendum: Change 1: to be replaced with 25-8366R Bid Schedule R2 • Revised Bid Schedule title to reflect"Construction ITB No. 25-8366R". • Line#30,Line#31 quantities have been corrected. See corrected sheet LD-3. In response to Question 1 (Multiple questions): (1) Addendum Number(2)States that the bid schedule is to be replaced with 25-8366R Bid Schedule RI. When you go to the Bid Schedule it lists "Construction ITB No.25-8366"It does not list 25-8366RF Bid Schedule Rl.Is this the correct bid schedule to use?If so,please correct the heading. Answer: Per Addendum 3,please see download section in OpenGov for the revised Bid schedule: 25-8366R Bid Schedule R2. (2) We are to provide "Five years of intermediate Maintenance of Traffic experience". What documentation are we to submit that substantiates this requirement? Answer: • Provide Intermediate Maintenance of Traffic Training Certifications for the past five years. • Provide a list of projects for the past five years where this was required. (3) Addendum Number Two states that "An FDOT Certified contractor certification is not required':However,the plans and specifications refer to FDOT Standards. Why does the contractor not have to be FDOT Certified if the contractor is to follow FDOT Standards? Answer: CA.O • Landscape contractors that do work for the FDOT are pre-qualified as a vender and not certified or issued a landscape contractor certification.FDOT standards and specifications are pre- approved documents to utilize for FDOT roadway improvement projects. (4) Is Collier County Ordering and paying for the Motorola Piccolo DC Controller? Who installs the components in the DC controller? Who installs the antenna? Answer: • Yes,Collier County is ordering and paying for the Motorola Piccolo DC Controller. • The contractor installs all components per plan sheet LD-84 for the galvanized steel pole alternate mounting with no antenna and then mounts the County supplied Motorola Piccolo DC controller unit to the pole. • No antenna is required at this location. (5) Who schedules,installs and pays for the irrigation water meter? Answer: • Collier County pays for the irrigation water meter. The City of Naples installs the water meter. The schedule is dependent upon the City of Naples. (6) Who installs the irrigation tap to connect to the water meter. Answer: • The City of Naples installs an irrigation tap to connect to the water meter. (7) What size is the water meter to be? Answer: • The City of Naples authorized a 1"meter. (8) Who installs the backflow preventer? Answer: • The contractor purchases,connects, and installs the backflow preventer. (9) Who pays for the backflow preventer? Answer: • The contractor pays for the backflow preventer. (10)Is a licensed plumber required to install the backflow preventer? Answer: • Yes, a licensed plumber is required to install the backflow preventer. CAO In response to Question 2: (1) If the contract amount exceeds the base contract value due to approved change orders will the County pay for the additional bond costs? Answer: • The contractor can submit the bond payment receipt and check information is provided as back- up. The contractor cannot exceed the 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. If it ends up being more than the line amount,the County will not exceed the Line amount. (2) Bid Schedule Line Item(6).Does the County have enough pavers to fulfill the 1458 SF of Paver area?If not,how will the pavers be obtained and who will order them,install them, and pay for them? Answer: • The County will provide pavers for installation. (3) Is there a paver soldier course required?Does the County have the soldier course pavers? Answer: • Yes,the soldier course is existing,and the soldier course size is the typical 4x8 paver size.The repair must match existing. (4) The bid schedule refers to the mulch as "Pine Wood Specialty Mulch".Does the County have a specific name for the mulch and a supplier?If so,please supply the name of the mulch and supplier contact information. Answer: • USA Mulch, 16575 Gator Rd,Fort Myers,FL33912,(239)489-3455 • The Mulch&Soil Company,4353 Michigan Ave. Link,Fort Myers,FL 33916(239)334-7343 (5) Bid Schedule Line item 25 calls for 180 LF of White,Red, and Blue 10 Ga. Control Wires.Is the 180 feet the total of all wires or is each color 180 LF long? Answer: • 180 ft.is total of all wires. Refer to sheet LD-46 Peters Ave.Proposed Water Source Diagram notes. (6) Bid Schedule Line Item 21 indicates that we are to supply 6"HT Box Extensions AS Needed. How many are we to bid "As Needed"?. Answer: • 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. 0 (7) Sheet LD-7Architectural Paver Renovation/Installation Notes:Repair "2.Paver Repair Areas Shall Be Reinstalled With Matching Base Material As needed To Complete Repair". The Bid Schedule States that we are to use Limestone Compacted Base Match Existing.Is the current base material compacted limestone or a concrete base? What are we to use if we encounter concrete as the base? Answer: • Compacted limestone will be the base material for all repairs. (8) Are we to maintain the existing landscaping and irrigation during construction?If so, what are the ROW limits of maintenance? Answer: • Yes,maintenance limits will be restricted to medians and rights-of-way areas where work is to occur. (9) Sheet LD-29 Reference Typical Tree Planting&Anchoring Detail refers to Drainage Sumps. I do not see a line item on the Bid Schedule for Drainage Sumps.Are we to provide them?If so,add a line item to the bid schedule with the quantity required Answer: • Tree planting drainage sumps are considered an incidental expense to a tree planting installation and are to be provided as needed. If you require additional information, please post a question on our OpenGov thttps://hrocurement.opengov com/portal/collier-countti-II)bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referen licitation ( ad' , 4-- ---- /1/I y/ vas (Signature) /� Date gtrovvilA L-,G SG: r M lip,4 4/1'a,v, - c • (Name of Company I) 25-8366R US Tamiami Trail East Landscape&Irrigation Improvements List Of Projects For The Past Five (5)Years Where Maintenance Of Traffic Was Required MOT Certificates Project Project Owner 1. Davis Blvd Santa Barbara To Collier Collier County Board Of County Commissioners 4800 Davis Blvd Naples, Florida 34104 Pamela Luich: Project Manager 239-253-2330 pamela.lulich@colliercountvfL_ou 2. Lowdermilk Park Landscape City Of Naples, Community Services Department 280 Riverside Circle Naples, Florida 34102 Jim Hodgdon: Project Manager 239-825-2038 jhodgdon@naplesgov.com 3. Airport Road Landscape Improvements City Of Naples,Airport Authority 160 Aviation Drive North Naples, Florida 34104 Noah Dietrich: Project Manager 239-380-0845 ndietric_h naples,corn 4. Homestead Road Landscape& Irrigation Lee County Board Of County Commissioners 2115 Second Street Fort Myers, Florida 33901 Robert DeBrock: Project Manager 239-533-9425 Rdebrock@l egov.com 5. Chamberlin Re-Alignment %Ajax Paving&Lee County Port Authority 13350 Rickenbacker Parkway Fort Myers, Florida 33913 Matt Desotell& Mike Culver: , Project Managers 239-292-8076 239-462-9720 GZ�,sy - mdesotell@ajaxpaving.com 11/17P-():zs' mwculver@fly1cpa cord CAO h g . E V * 111M: o O •cIlia _ P N -0 E Li (1110• _ u. 0,. it E. t 1 E ......, .-,.., 0 ..., , W 4.. . C . to 8 q c 0 E w 0 f .Om t CU L. t� l- c x MH to , Scr � _ pp Q Q o (/y -iitT m C0 i 0 j > '_ E V 0 D Z c m 1 r w Z 'cp c n 1 I a.- •C tQ 0 C cwv C i * -;-.... c, C7 ~ -a rr` o .0 N o c III eam .c o . , thr. CD TS OJ I. Cam- 0 4 F api Qm ; m o til) v_ ix: o r ercg p, Et Jp . 2 d 4, a r .4- CAO E IIIIV?rk U coMIME .E— O E ch C lilil co a) as U w t a) U co L a.+ a C7 Z to v v Ca O U N v U a) cur i 0 0 o Ca r- a) o U) j Li) .o CT) CC CVQ > 0 C'7 C4) _ N C.) N -2 W '> co wzO ¢0i Z N a; U o 0 0 CV CV Co L CD U F- CV fl U coitcCalin 03 CO ro � O EN0 Coo) W immi —J F' MS Ummi MN CU 4 a 0 0 v • v LI- �4 N CU N >O N Q al Urn' LL. ........ • o E CT cr. cu a Q, 0 C o N C11101) 0 c..) CO E CA.O f- r 11 o . —4 wpm 5 i 8 7- t--1.€ .1 NNW m. a a m m E 1. (..).5 u • GD Y m u a yr r. O 4� liIIi It !~ ,ai ° a a R CA.O ill 1 u g M m u_ to Fl • R u kH: 1 0 smear V CD V o 0I. i O cc i o u I CI) �,.� c I— ic iii. "E immi W CIL E L., L p U 03 i� L �• aa . a z 0 = ..... w 4.0- M E 1113 C a v • 34— as ) CD o O Ci N 0E > S c di@) 0 a Q. c N CV CU -13 _...., ID ■i G V en co a ~ coirti a) U 0 0 4.11111 v o ," 411111111.0 CI. C 03 = o I v L tan IV H o v ° flli Al N 71 casti. o a °AO 4 u ..t.1, „tt,, : 4 ku itF_ 1 al C co coo • F 2- c t m 0 t' 1 CD 0 00110 111••• a . , ,. 4.0 O . L Etri a = a ~ � U. o CM4 Sc. cu tL = LL m O . v a/ 0 y o I E �` � H V /'W� _' ti t ca ��, klii) Z CU II 1111M11 z Wain el W • 4 J 3 ' I 4 0 - � 80 0 L c c�C9 CU ..-1 'CC "ID Q ,-. OC.) 70 a p 0 ta _ u- •- 0 t O C) Q. .r =411) L V csi Jig m 4~ 4 co I HI aa 2. 1 0 p :.) RFD L. Ocp,o-- E o Urilf:11 Hiliall>.' MI= 'E E O 1 C a HIL 1 T .0 N co T Z 9 c L r O) w trJ CO U :2 Qs O L O tO _ j cc N 'D . coM M U = fa. N coro M +r c O }N— N CD 0. 0U ficliC iriM 14tqlgaikittuir. Oil li .- I- ( *1W IIMIll 111 CD Use Om (Zti > o LAJ ... 2 U./ „iirlit,'N 1 5 4. 0 in - 0co o =_ r. maw i?) s::;) c .:_e CD .0 ILII «s U U c N s E >, • o z tti m c) 112 o U U L N W W cC �./ ^1 lV W (Ls O u a) ..- i b .1 C , O O p c O co Cr) H — N got F- D as Ert_ (-1 O CO co 111111111161 U o o 0 z V 1 � FN-- c'+v C`3 a 0 0 as ii}* R 6 um. o `° V E l� 0ill g g- 0 •• WI 2 0 ,,, u. 0 c as 0 LL :t) C1C ail 0 i- eL _ � 0 2 0 H E ' lif •_ riii E I UP an y U m as o FE E a) .0 7 ak it Q7 cc, O "O U b.. R L.L w a frs E • ci o t0 -E 2 W IT 0 a) N ce r ..C. ,7 O M CO C 'C J E N Lfj I am Lli 7 N O .0 -0 0 0 F- N C7 d EN= V < Mill= 1Pd c. 0 MOM lid E UJ .„,...41, a, Um. Om In 11111111111111111 - _ 00 57 a Cm0) Q o S c. ( r L{ V L O a �-- 6 0 (n 1 0 CDv `5 2 cC (7) -§ ::: (DI ilj 7 .' .' ' U) la) z CO al � L f Cl) Y �2 o 4 c ti 1 0_ Cll E 0 E 0^^ ■. ■ CD C 0 - ...E ct 0 C2 Q. LOH o cn t- >, as (TS 0 cz I t t 1 I-- 0 1— 0 > cz ID CO 5 CO U 151.43:in ai co co cti o � f a 0 CY) .47:1- e ill. t a) CDS 75. U LO sty Lu co FDD Florida Department of Transportation RON DESANTIS 605 Suwannee Street JARED W.PERDUE,P.E. GOVERNOR Tallahassee,FL 32399-0450 SECRETARY April 11,2025 HANNULA LANDSCAPING AND IRRIGATION, INC. 17051 JEAN ST. UNIT 7 FORT MYERS, FLORIDA 33967 RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated below. FDOT APPROVED WORK CLASSES: GRASSING, SEEDING AND SODDING, LANDSCAPING, IRRIGATION Unless notified otherwise, this Certificate of Qualification will expire 6/30/2026. In accordance with Section 337.1411), Florida Statutes, an application for qualification must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If the company's maximum capacity has been revised, it may be accessed by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fl.usJContractorPre9u&lification Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. The company may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing the most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that the company has performed such work. All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. Sincerely, 94014d, C7 -7-74,, (-1W James E. Taylor II, Prequalification Supervisor Contracts Administration Office JTII Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.)-ov 4/11/25, 1:52 PM Manage FDOT Contractor Pre-Qualification (CP(��� �� -[{r1ANNULA@HANNULALANDSCAPING.CO ,t i Home Update Work Underway Help �- I A, C I Annual Application 4/11/2025 1:51:58 PM EST (VendorYStakeholdersyAffiliatesxWork ClassesYFlnanciai ContractsiManage) (Attach Financial StatementsYAdditional DocumenlationYSubmitYApplication Summary) Vendor Number: F650375795003 Name: HANNULA LANDSCAPING AND IRRIGATION, INC. Application Status:COMPLETED Fiscal Year End Date: 12/31/2024 Application Due Date: 4/30/2025 Expiration Date: 6/30/2026 NOTE:The Capacity shown below will be reduced by your Work Underway to determine your Available Bidding Capacity. Adjusted Current 2 Ratio: Ability Score: 75 Surety Multiplier: 0 Ability Factor: 4 Calculated Maximum Bid $7,650,000.00 Capacity: Adjusted Net Worth: $956,139.00 Document Attached Received Document Attached Audited or Reviewed Financial 4/10/2025 4/10/2025 N/A Statements Affidavit 4/10/2025 4/10/2025 2024 AFFIDAVIT APPLICANT FIRM.PDF Request Document Equipment 4/10/2025 4/10/2025 2024 EQUIPMENT.PDF j Request Document Surety Letter Letters of Recommendation Audited Reviewed Financial 2024 FINANCIAL STATEMENTS.PDF or Statements N/A N/A Request Document Additional Document N/A N/A 337.14(1) Requirement N/A N/A *Approved:Yes No 337.14(4)Requirement N/A N/A *Approved:Yes No0 hops://fdotwpl.dot.state.fl.us/ContractorPreQualif cation/Pages/OnlineApplication/cpgOnl i neManage.aspx 1/2 4/11/25,1;52 PM Manage Event Date Comment APPLICATION 4/10/2025 CREATED APPLICATION 4/10/2025 NO COMMENT SUBMITTED SUBMITTED APPLICATION 4/10/2025 RECEIVED The Department has completed the review of your application.The new prequalification is effective immediately.A signed certificate of qualification will be sent via electronic mail to the primary account holder for this application within 10 to 14 business days. lithe signed APPLICATION certificate should be e-mailed to a recipient other than the primary account holder,please REVIEW 4/11/2025 provide the recipient's a-mall address to CO-CPQStaff@dot.state.fl.us.You can access your COMPLETE firm's maximum bid capacity and approved work classes on the capacity and work class tabs of the application.You can access your approved work classes, but not your maximum bid capacity, by accessing our public database at: https://fdotwpl.dot.state.fl.us/contractorprequalification/public/PrequalifiedVendorSearch.aspx FLORIDA DEPARTMENT OF TRANSPORTATION 4�470 er r FD ) Report Technical Problems to the Service Desk @ 1-866-955- o16" r. „�. , 4357 or email:Service Desk t _ *tom, Send Prequalification Questions or Comments to Contracts I/ •- gyp Administration Office '`�a�* Internet Privacy Policy,Disclaimers&Credits e https://fdotwp1.dot.state.fl.us/ContractorPreQualification/Pages/OnlineApplication/cpgOnlineManage.aspx 2/2 FORM 12—BIDDER'S CHECKLIST IMPORTANT: No bid shall be considered unless it is made on unaltered Bid forms which are included in the Bidding Documents. Please read carefully, sign in the spaces indicated and return with your Bid. All documents requiring execution should be either by wet signatures or verifiable electronic signatures.FAILURE TO PROVIDE THE BID DOCUMENTS MAY BE GROUNDS TO DEEM YOU NON-RESPONSIVE/NON- RESPONSIBLE. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Bid Schedule has been completed and attached. 5. Any required drawings,descriptive literature,etc.have been included. 6. Any delivery information required is included. 7. The following on-line standard documents have been reviewed and accepted in OpenGov: a. Construction bid instructions form b. Construction services agreement c. Purchase order terms and conditions 8. All of the following bid forms have been completed and signed: a. Bid Form(Form 1) b. Contractors Key Personnel(Form 2) c. Material Manufacturers(Form 3) d. List of Major Subcontractors(Form 4) e. Statement of Experience(Form 5) f. Trench Safety Act(Form 6) g. Bid Bond Form(Form 7) h. Insurance and Bonding Requirements(Form 8) i. Conflict of Interest Certification(Form 9) j. Vendor Declaration Statement(Form 10) k. Immigration Law Affidavit Certification(Form 11)MUST be signed and attached with your submittal. 1. Signed Grant Provisions and Assurances package in its entirety,if applicable,are executed and should be included with your submittal. 9. Copies of required information have been attached a. Business tax Receipt(Collier County Businesses Only) b. Company's E-Verify profile page or memorandum of understanding c. Certificate of Authority to Conduct Business in State of Florida(sunbiz.org) d. REQUIRED: Collier County Contractor License/certificate of competency having a Collier County Irrigation Sprinkler Contractor License OR a State of Florida General Contractor having a Collier County Irrigation Sprinkler Contractor License OR Collier County Irrigation Sprinkler Contractor License;and Intermediate Maintenance of Traffic certification and five years of Landscape and Irrigation Installation Roadway experience and five years of Intermediate Maintenance of Traffic experience. Documentation meeting this qualification must be submitted at the time of bid submission. e. Vendor W-9 Form 10. if required,the amount of Bid bond has been checked,and the Bid bond or cashier's check has been submitted. 11. Any addenda have been signed and acknowledgement form attached and included. 12. The Bid will be uploaded in time to be received no later than the specified openinf date and time,otherwise the Bid cannot be considered. GPI , EXHIBIT A-3: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category [Damon Himmel] Construction Superintendent [Dale Hannula/ Damon Himmel] Project Manager 13 ite Construction Services Agreement:[2025_ver.4] EXHIBIT B-1: PUBLIC PAYMENT BOND ® Attached hereto, following this page ❑ Not Applicable 14 Construction Services Agreement:[2025_ver.4] CAO THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23 FLORIDA STATUTES. EXHIBIT B—1: PUBLIC PAYMENT BOND Executed in 2 Counterparts Bond No. 101715707 Contract No. 25-8366R KNOW ALL MEN BY THESE PRESENTS: That Hannula Landscaping and Irrigation, Inc. as Principal/Contractor. located at 17051 Jean Street, Unit 7, Fort Myers FL 33967 eleenone:(239)437-9666 (Business Address and Telephone Number), and Merchants National Bonding, Inc. , as Surety, located at PO Box 14498 Des Mpines IA 50306-3498 lone:(515) 243-8171 (Business Address and Telephone Number)a duly organized corporation,nationally recognized surety company licensed and/or registered to engage in the surety business in the State of Florida and enter into agreements of surety with a resident or non-resident agent licensed to conduct business in the State of Florida and existing under and by virtue of the laws of the State of Florida. are held and firmly bound to Collier County Board of County Commissioners, located at 3299 famiami Trail East, Suite 102, Naples, FL 34 1 1 2-5746, Telephone: (239)252-8999 as Obligee in the sum of Seven Hundred Three Thousand Four Hundred Twenty-Four and 98/100 Dollars ($703424.98 ), this includes allowance, lawful money of the United States of America, for the payment of which, well and truly be made to the Obligee. The Principal/Contractor and e Surety bind themselves and each of their heirs, executors administrators, successors, and assigns, jointly and severally, firmly by these presents as follows: WHEREAS. Principai/Contractor has entered into a contract dated as of the ''-41?day of fl e4 2 with Obligee for US 41 Tamiami Trail East Landscape &* (Project) with the Obligee. to furnish at Principal/Contractor's own cost, charges, and expense all the necessary materials, equipment, and/or labor, in strict and express accordance with the Contract, which Contract and all exhibits, is made a part of this Band as fully and completely as if said Contract were set forth herein, is referred to as the Contract. NOW, THEREFORE. the conditions of this obligation are such that, the above bounded Principal/Contractor shall promptly make payments to all persons supplying materials.equipment services and/or labor used directly or indirectly by said Principal/Contractor or subcontractors in the prosecution of the work provided for in the Contract in accordance with Sections 255.05 or 713.23. Florida Statutes; then this obligation shall be null and void and of no further force and effect; otherwise to remain in full force and effect; AND,the said SURETY for value received_hereby stipulates and agrees that no change involving any extension of time, or addition to the terms of the Contract or to the services to be performed, or materials to be furnished thereunder, shall effect said obligation of the SURETY on tilts bond, and the SURETY does hereby waive notice of any such changes. extension of time, alterations, or additions of the terms of the Contract, or to the work, or to the scope of services or any other * Irrigation Improvements, Collier County, FL Docusign Envelope ID:CFCEOCAF-792A-4A24-8CE2-F27410CB761 E changes, compliance or noncompliance to the terms of the Contract as to the work or scope of services. The Surety agrees that modifications and changes to the terms and conditions of the Agreement that increase the total amount to be paid the Contractor shall automatically increase the obligation of the Surety on this bond and notice to the Surety is not required for such increased obligation Claimant shall give written notice to the Principal/Contractor and to the SURETY as requested by Sections 255.05 or 713.23, Florida Statutes. Any actions against the Principal/Contractor or the SURETY shall he brought within the time specified by Section 255.05 Of Section 713.23, Florida Statutes. IN WITNESS WHEREOF, the above parties have executed this instrument this_ 6th day of March 26 20 .the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL/CO TRACTOR: Hannula Landscaping and Irrigation, Inc. (JOG -- Signature 74s. F FL.+nvr/Alc; Pa-t cvn71 Name and Title STATE OF "Vlw'pIA.- COUNTY OF The foregoing instrument was acknowied ed before me by m ns of physical presence or _ onling notarization, this. -day of_ Cr t by, as � S`c , �— — of , 4 __ trh�p corporation, on behalf of the corporation. He/Sh is ersonall known to me OR has produced identification and did (did ntltjTaace an oath. My Commission Expires: _ -(Sig (AFFIX OFFICIAL SEAL. e_ (Legibly Printed) Public Stale of Florida j'" ` w' _ Renee Rehbeln Notary Public, State of -� L/�V�' s 112 of 65 rich /7� MY Comm Commission No.: (e_[q ) �Y►Illt""r Expires 112312029 Notary ((,AO) SURETY: Merchants National Bonding, Inc. K PO Box 14498 Authorized Signature Des Moines, IA 50306-3498 Sarah K. O'Linn, Attorney-in-Fact (Printed Name)& FL Lic. Resident Agent (Business Address) Inquiries: 407-786-7770 Attest: Mfe (,I Meadow Medal, Witness CORPORATE ACKNOWLEDGMENT STATE OF FLORIDA COUNTY OF ORANGE The foregoing instrument was acknowledged before me this 6th day of March 2026 by Sarah K. O'Linn (name of officer or agent, title of officer or agent), of Merchants National Bonding, Inc. (name of corporation acknowledging), a IA (state or place of incorporation) corporation, on behalf of the corporation. 'fie/She is (personally known to me) (or has produced identification) N/A (type of identification) (as identification) and (did/did not) take an oath. • Signature of Person Taking Notary Public State of Florida Acknowledgment Migdiel Burgos My Commission HH 473765 4 111 Expires 12/17/2027 Migdiel Burgos Name of Acknowledger Typed, Printed or Stamped "' t EXHIBIT B-2: PUBLIC PERFORMANCE BOND ® Attached hereto, following this page ❑ Not Applicable 15 Construction Services Agreement:[2025_ver.4] CAO THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23 FLORIDA STATUTES. EXHIBIT B--2: PUBLIC PERFORMANCE BOND Executed in 2 Counterparts Bond No 101715707 Contract No. 25-8366R KNOW ALL MEN BY THESE PRESENTS: That Hannula Landscaping_and Irritation, Inc. as Principal/Contractor, located at 17051 Jean Street, Unit 7, Fort Myers, FL 33967 Teler)hone:(239)437-9666 (Business Address and Telephone Number),and Merchants National Bonding, Inc. , as Surety,located at PO Box 14498, Des Moines IA 50306-3498 Telephrjnp (515)243;8171 . (Business Address and Telephone Number) a duly organized corporation, nationally recognized surety company licensed and/or registered to engage in the surety business in the State of Florida and enter into agreements of surety with a resident or non-resident agent licensed to conduct business in the State of Florida and existing under and by virtue of the laws of the State of Florida.are held and firmly bound to Collier County Board of County Commissioners . located at 3299 Tamiami Trail East, Suite 102, Naples, FL 34112-5746,Telephone: (239) 252-8999 as Obligee in the sum of Seven Hundred Three Thousand Four Hundred Twenty-Four and 98/100 Dollars a 703,424.98-_ `I, lawful money of the United States of America,for the payment of which, well and truly be made to the Obligee. The Principal/Contractor and the Surety bind themselves and each of their heirs. executors, administrators, successors, and assigns. jointly and severally. firmly by these presents as follows: In the event of a default by the Principal/Contractor,the Surety shall assume all obligations of the Principal/Contractor under the Contract including providing the required scope of services set forth in the Contract assuming all warranties, providing all as built drawings, meeting all indemnification and insurance requirements, payment of royalties and license fees, providing for the satety of persons and property and all other obligations of the Principal/Contractor under the Contract. WHEREAS, Principal has entered into a contract dated as of the2 ay of Ai( —,2024 with Obligee for US 41 Tamiami Trail East Landscape &* (Project) with the Obligee to furnish at Principal/Contractor own cost. charges, and expense all the necessary materials, equipment, and/or labor, In strict and express accordance with the Contract, which Contract and all exhibits. is made a part of this Bond as fully and completely as if said Contract were set forth herein, is referred to as the Contract. NOW THEREFORE, THE CONDITION OF THIS BOND and obligation is such that, the above bonded Principal/Contractor shall in all respects fully, promptly, and faithfully comply with the terms and conditions of the Contract,including all exhibits.and shall indemnify and save harmless the Obligee against and from all costs. expenses.damages, including but not limited to damages for delay due to the Principal/Contractor's default, attorney's fees, including appellate proceedings, injury. or loss of which said Obligee may be subject by reason of any wrongdoing, misconduct, want of care or skill, negligence, failure to petition within the prescribed time, delay or default, including patent infringements, on the part of said Principal/Contractor, its agents. or employees, in the execution or performance of the Contract; then this obligation shall be void; * Irrigation Improvements, Collier County, FL otherwise, to remain in full force and effect for the term of the Contract, including any and all guarantee periods as specifically mentioned in the Contract; AND, the Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work and service to be performed hereunder, or materials to be furnished thereunder or the specifications referred to therein shall in anywise affect the Surety's obligations under this bond, and the Surety does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract, or to the scope of services including the work, or to work or to the specifications to be provided by the Principal/Contractor or any other changes, compliance or noncompliance to the terms of the Contract as to the scope of services. The Surety shall be responsible for delay, damages or liquidated damages due to Principal/Contractor's default and consequential damages for Surety's failure to fulfill its responsibilities as set forth herein. The Surety agrees that modifications and changes to the terms and conditions of the Agreement that increase the total amount to be paid the Contractor shall automatically increase the obligation of the Surety on this bond and notice to the Surety is not required for such increased obligation. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of 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 Docusign Envelope ID:CFCEOCAF-792A-4A24-8CE2-F27410CB761E 6th IN WITNESS WHEREOF. the above parties have executed this instrument this day of March , 20 26 the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative,pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL/CONTRACTOR; Hannula Landscaping and Irrigation, Inc. Signature F ttANN�II1 Parc CSP Name and Title STATE OF T , COUNTY OF The foregoing instrument was,acknowlegged before me by ans of physical presence or _o notarization, this •day of Vim\ 20 y as .- ` �• _ or 'tl1 . _ _ _ a f _corporation_ on behalf of the corporation He/S e perso Ily known to me 0 has produced identifica I+f o aEd did (did not) take an oath. My Commission Expires: ('--- (Si e a (AFFIX OFFICIAL SEAL) (Legibly Printed) r-;�� Public State of Florida Notary Public,State of ��" - Notary Commission No.; -a-iF c l4 Renee Rehbeln My Commission NN 619631 aP 1111"t't Expires 112312029 �+YP SURETY: Merchants National Bonding, Inc. K PO Box 14498 Authorized Signature Des Moines, IA 50306-3498 _ Sarah K. O'Linn, Attorney-in_Fact (Printed Name)& FL Lic. Resident Agent (Business Address) Inquiries: 407-786-7770 ATTEST: Meadow Medal, Witness CORPORATE ACKNOWLEDGMENT STATE OF FLORIDA COUNTY OF ORANGE The foregoing instrument was acknowledged before me this 6th day of March 2026 by Sarah K. O'Linn (name of officer or agent, title of officer or agent), of Merchants National Bonding, Inc. (name of corporation acknowledging), a IA (state or place of incorporation) corporation, on behalf of the corporation. He/She Is (personally known to me) (or has produced identification) N/A (type of identification) (as Identification) and (did/did not) take an oath. Signature of Person Taking Notary Public State of Florida .. A Migdiel Burgos Acknowledgment My Commission HH 473765 Expires 12/17/2027 Migdiel Burgos Name of Acknowledger Typed Printed or Stamped MERCHANTS BONDING COMPANY.. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa,and MERCHANTS NATIONAL INDEMNITY COMPANY,an assumed name of Merchants National Bonding,Inc., (herein collectively called the"Companies")do hereby make,constitute and appoint,individually. Sarah K. O'Linn Surety Bond#: 101715707 Principal:Hannula Landscaping and Irrigation, Inc. Obligee:Collier County Board of County Commissioners their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies)and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the By-Laws adopted by the Board of Directors of the Companies. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship o obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this day of •.ap1NG CoL•. ♦♦.••P-(►ONq�••, �,•�NALf j .• MERCHANTS BONDING COMPANY(MUTUAL) .00 . P0/P .O-f•. t1..sPOp.,eO• :. ip • ,FOR "-74.4• MERCHANTS NATIONAL BONDING,INC. •may,:VO q� .Z,c �;GO qJ� Z y,vP N/9,,��• MERCHANTS NATIONAL INDEMNITY COMPANY .•t: 3• 01 z: •4 '00 •• : 1933 'ti: ?v• 2003 ;•4) ••.=v: ;3: 1".17/7 •� ^aC. d�. • � aa By / Or • tr ••••....•' ''••........••'♦♦' •••..:..•'' President STATE OF IOWA COUNTY OF DALLAS ss. On this day of ,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY(MUTUAL), MERCHANTS NATIONAL BONDING,INC.,and MERCHANTS NATIONAL INDEMNITY COMPANY;and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective oards of Directors. VAL Penni Miller • ).• Commission Number 787952 • ■•••• • My Commission Expires IOWA January 20,2027 (Expiration of notary's commission Notary Public does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF- ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of �04G CPA: •A(IONq� �.•,s0AL fpQ*.� :hO PO '0 .• �a••.•••PO •'• Q ' '�•• FO •• GR a9y�• ,,4?"-(5)� R4j: :?P.P�1 R4,� ti,�. u` 1933 !..v. 'S . 2003 :;• ..z. -41144kk tn aj,1;b&Cfilo,k/L1 � Z', +3 Secretary •a.• PGA 0018(5/25) EXHIBIT B-3: INSURANCE REQUIREMENTS (Following This Page) 16 Construction Services Agreement:[2025_ver.4] CAO FORM 8-INSURANCE AND BONDING REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in FORM 8 of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project,if required,to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant,Subcontractors,agents and employees of each and all of them,all damages covered by property insurance provided herein,except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate,require similar waivers of subrogation from the County's separate Vendors,Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify"For any and all work performed on behalf of Collier County",or,the specific solicitation number and title. The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County,Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR,Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County.The Certificates of Insurance must state the Contract Number,or Project Number, or specific Project description,or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in FORM 8 with the use of Insurance Services Office(ISO)forms and endorsements or their equivalents. If Vendor has any self- insured retentions or deductibles under any of the below listed minimum required coverage,Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation,whichever is longer. The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County,in a like manner,within twenty-four(24)hours after receipt,of any notices of expiration,cancellation,non- renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice.In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder,Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coveragejs)required herein,the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coveragef)and charge the Vendor for such coverage purchased. If Vendor fails to reimburse the County for such costs within thirty(30)days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor.The County shall be under no obligation to purchase such insurance,nor shall it be responsible for the coverage)purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverages)shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten 00) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s)shall be considered justification for the County to terminate any and all contracts. 01,0 • FORM S-INSURANCE AND BONDING RF,QIIIREMENTS Collier County Florida Insurance and Bonding Requirements Insurance I Bond Type Required Limits 1. ®Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers'Compensation coverage or a Certificate of Exemption issued by the State of Florida is required.Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption.An application for exemption can be obtained online at https;Uapps.fldfs.com/bocexempU 2. ®Employer's Liability $ 1,000.000 single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability(Occurrence Form)patterned after the $ 1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury current ISO form Liability and Property Damage Liability. The General Aggregate Limit Shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ®Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend,indemnify and hold harmless Collier County,its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees,to the extent caused by the negligence, recklessness,or intentionally wrongful conduct of the Contractor/Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ®Automobile Liability $ 1.000,000 Each Occurrence; Bodily Injury & Property Damage. Owned/Non-owned/Hired;Automobile Included 6. ❑ Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ _ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑Pollution $ Per Occurrence ❑Professional Liability $ Per claim&in the aggregate ❑Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑Cyber Liability $ Per Occurrence ❑Technology Errors&Omissions $ Per Occurrence e 7 ®Bid bond Shall be submitted with proposal response in the form of certified funds,cashiers' check or an irrevocable letter of credit,a cash bond posted with the County Clerk,or proposal bond in a sum equal to 5%of the cost proposal.All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ®Performance and For projects in excess of$200,000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award,and written for 100%of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner;provided,however,the surety shall be rated as"A-"or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5%of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide,published by A.M.Best Company,Inc.of 75 Fulton Street,New York,New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as"ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required.This insurance shall be primary and non-contributory with respect to any other insurance maintained by,or available for the benefit of,the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County. The Certificates of Insurance must state the Contract Number,or Project Number,or specific Project description,or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East,Naples,FL 34112 13. ® Thirty(30)Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. GG—4/7/2025 Vendor's Insurance Acceptance By submission of the bid Bidder accepts and understands the insurance requirements of these specifications,agrees to maintain these coverages through the duration of the agreement and/or work performance period,and that the evidence of insurability may be required within five(5)days of notification of recommended award of this solicitation. Gp,O EXHIBIT C RELEASE AND AFFIDAVIT FORM (Template Form Following This Page) 17 Construction Services Agreement:[2025_ver.4 CP.O EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF ( STATE OF ( Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and its subcontractors, material-men, successors and assigns, all claims demands, damages, costs and expenses,whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated , 20 for the period from to . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (2) Contractor certifies for itself and its subcontractors, material-men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's[monthly/final]Application for Payment No. Contractor's Signature Name and Title STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of_physical presence or_online notarization, this day of 20_ by , as of a corporation, on behalf of the corporation. He/She is personally known to me OR has produced identification and did (did not)take an oath. My Commission Expires: (Signature of Notary) (AFFIX OFFICIAL SEAL) (Legibly Printed) Notary Public, State of Commission No.: CAO EXHIBIT D-1 CONTRACTOR APPLICATION FOR PAYMENT FORM (Template Form Following This Page) 18 Construction Services Agreement:[2025_ver CA.O EXHIBIT D-1 FORM OF CONTRACT APPLICATION FOR PAYMENT Collier County Board of County Commissioners(the OWNER) or Collier County Water-Sewer Owner's Project Bid No. Manager's Name: Project No. County's Division Name Purchase Order No. Submitted by Contractor Application Date: Representative: Name Contractor's Name & Payment Application No. Address: Original Contract Time: Original Contract Price: $ Revised Contract Time: Total Change Orders to Date: $ Revised Contract Amount: $ Total Value of Work Completed & $ Stored to Date: Retainage @5%through $ Retainage @ 5% through [Insert $ [Insert Date] date] Retainage @ % $ Less Retainage $ after[Insert date] Total Earned Less Retainage $ Less previous payment(s) Percent Work Completed % AMOUNT DUE THIS $ to Date: APPLICATION: Percent Contract Time Completed to Date: Liquidated Damages to $ Remaining Contract Balance $ Be Accrued ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3)all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. Contractor's Name Contractor's Signature: Date: Type Title: Shall be signed by an authorized representative of the Contractor. Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by: Design Professional's Name: Signature: Date: Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by: Owner's Project Manager Name: Signature: Date: CAO EXHIBIT D-2 SCHEDULE OF VALUES (Template Form Followinq This Paqe) 19 Construction Services Agreement:[2025_v- 4 CAO w d ❑U A ❑ J I- Z 1 Z. O Q 2 c H H H H C3 2 a W U a 2,0 :? a 1e z m a) a) o' w z c m c W a) u Q N e z c U N QI- o W rye C O y A a W 2 N z N c 2 Q Z lL a_Q O = R' m H C LaO co 2 m E z w o F-• O W w `c_ U III ❑ U a m O • w ° a a ❑ a a n 06 m L N W I- 5 Q W W❑ W _ O d O a m 2 a U N coN a) _3 u) O ai ❑ W Q = C 0 "' O O W �'i LI F- - m s 3 E N c W N C N L V. Cl d ca m L U O CO O _ 2 K U U w a a m ❑ `O w w m� c N v J V) w O Q Q. z Q L 2 O ❑ m N O < W N c Y C.) Z m c ra O a N ▪t cn w Z.lij • /- E N Q O U N N F zre U a m E c = 8 O U ❑ C N J W c❑ c ❑ J c C_ I > o co U is a)N E `o c c-o m A ai m a z m N O a d' )_ - d 3 a 0 = m cn T W N ❑ N= 1 c CO 3 c LLl N O 2 U 0 O toC Z ce ❑ O I-U 2 W 2 c co O ~ = L E Q' Z O a_ a U GAO EXHIBIT D-3 STORED MATERIALS (Template Form Following This Paq_22 20 Construction Services Agreement:[2025_ver.41. 0 W W J U ,J 2 < Q H J (/) < m 0 F 0 W J 0 J < W (/) a z } U) 0 • W O -I > J W N az 03 m z o W0 F- �- > O U 0 W • 0 Ua O F K W 'a aoa o 0 M - Q a of � W L 0 0 >as wO 0 a W c d L � , N (� W m N c C Z O W U_ 0_ O > m n. J a) a a � + fA Q a) 0 CC 2 0 O m' d a E U a� c W � 0 3 W g 111 Z � H W c U o 0 m C4 O a EXHIBIT E-1: CHANGE ORDER (Template Form Following This Page) CAO 1 Construction Services Agreement:[2025_ver.4] EXHIBIT E-1 CHANGE ORDER FORM Collier County -�� Procurement Services Contract# CO# PO# Project#: Project Name: Contractor/Consultant Name: Select One: ❑Contract Modification(Construction or Project Specific) ❑ Work Order/Purchase Order Modification Project Manager Name: Division Name: Original ContractlWork Order Approved Amount BCC Approved Date&Agenda (excluding Owner's Allowance) Item: Original Approved Owner's Allowance Current Contract/Work Order Approved Amount Dollar Amount of this Change Revised Contract/Work Order Total Total Cumulative Changes(Including all change orders) Notice to Proceed 1 Original NTP Original Final Last Final Date #of Days Completion Date 1 ] Approved Date #of Days Added Revised Final Date Current Substantial Completion Date (includes this change) (if applicable) Check if applicable:❑Per Florida Statute 218.755 Prompt processing of change orders:For any contract for construction services entered on or after July 1, 2025, the local governmental entity must approve or deny the price quote and send written notice of that decision within 35 days after receipt of such quote. Quote Date of Response Due Date Receipt (35 days from Date of Receipt) Provide responses after each question in box below (Responses should be brief and specific). Attach additional information and/or documentation from the Design Professional and/or Contractor, if needed, with your submission of this Change Order and complete summary on next page. Check all that apply to this Change Order request:❑Add Time(Include Affidavit Regarding Labor and Services); ❑Add funds; ❑ Use of Allowance;D Modify/Delete existing Task(s); El Add new Task(s); ❑ Reallocate funds; ❑Other(must be explained in detail below) 1.) Detail of change/s to be made through this Change Order. 2.) If this Change Order is currently under a Stop Work, please identify the date issued and number of days remaining or "N/A" if not applicable. 3.) Explain why this change was not included in the original contract/Work Order. 4.) Describe the impact if this change is not processed. Page 1 of 4 Change Order Form CA.O (7) Collier County Procurement Services Contract# CO# PO# Project#: Project Name: Contractor/Consultant Name: Change Order/Amendment Summary (If additional spaces needed,attached a separate Summary page to this amendment request) COST TIME CO# AMD# Description Additive Deductive Days Total New Justification (+) (-) Added Time ❑ Check here if additional summary page/s are attached to this Change Order Page 2 of 4 CAO Change Order Form Collier County -�� Procurement Services Contract# CO# PO# Project#: Project Name: Contractor/Consultant Name: Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Contractor/Consultant/Design Professional signature below must be from an authorized person/officer/director of the Company or listed as the qualified licensed Professional "Project Coordinator"or Design/Engineer Professional under the agreement. Signature authority of person signing will be verified through the contract OR through the Florida Department of State, Division of Corporations (Sunbiz) website (https://dos.mvflorida.com%sunbiz/search/). If the person signing is not listed, we will require signature authority by one of the listed officers/directors of the company giving that person signature authority. Prepared by: Date: Signature-Division Project Manager Printed Name Accepted by: Date: Signature-Design/Engineer Professional (if applicable) Printed Name/Title/Company Name Accepted by: Date: Signature-Contractor/ConsultantNendor Printed Name/Title/Company Name Approved by: Date: Signature-Division Manager or Designee(Optional) Printed Name Approved by: Date: Signature-Division Director or Designee(Optional) Printed Name Approved by: Date: Signature-Division Administrator or Designee(Optional) Printed Name Page 3 of 4 Change Order Form CAO (Ii'' Collier County —�f Procurement Services Contract# CO# PO# Project#: Project Name: Contractor/Consultant Name: FOR PROCUREMENT USE ONLY FY CO Request# PUR- Approved by: Signature-Procurement Professional Signature/Date Approved by: Signature-Procurement Manager/Director(OPTIONAL) APPROVAL TYPE: El Administrative El Administrative-BCC Report ❑ BCC Stand-Alone ES BCC APPROVAL ATTEST: Crystal K. Kinzel, Clerk of the Circuit Court BOARD OF COUNTY COMMISSIONERS and Comptroller COLLIER COUNTY, FLORIDA By: By: , Chairman Dated: Date: (SEAL) Agenda# Approved as to Form and Legality: Deputy County Attorney Print Name Page 4 of 4 Change Order Form CAO EXHIBIT E-2: WORK DIRECTIVE FORM (Template Form Following This Page) CAO 22 Construction Services Agreement:[2025_ver.4] EXHIBIT E-2 WORK DIRECTIVE CHANGE PROJECT NAME: CHANGE # DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Collier County Board of Commissioners PROJECT#: CONTRACTOR: ENGINEER: You are directed to proceed promptly with the following change(s): Description: Purpose of Work Directive Change: Attachments: If a claim is made that the above change(s)have affected Contract amount or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract amount: Method of determining change in Contract Times: ❑ Unit Prices ❑ Contractor's records ❑ Lump Sum ❑ Engineer's record ❑ Time and Material ❑ Other ❑ Other A not-to-exceed estimated increase(decrease) A not-to exceed estimated increase(decrease) in Contract amount: in Contract amount: $ $ Increase or decrease by calendar days. Increase or decrease by calendar days. RECOMMENDED: AUTHORIZED: By: By: Engineer OWNER's Representative *An itemized cost proposal(s)/quote(s)shall be submitted with the Change Order. CA.O EXHIBIT F-1 CERTIFICATE OF SUBSTANTIAL COMPLETION FORM (Template Form Following This Page) 23 Construction Services Agreement:[2025_ver.4] EXHIBIT F-1 CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the status of completion of the Work which, in the opinion of the Project Manager as evidenced by a definitive Certificate of Substantial Completion, is complete in accordance with the Contract Documents, except for minor outstanding items listed on the Punch List. Substantial Completion includes, but is not limited to, the following occurring: (1) the Work can be safely utilized for the purposes for which it was intended; (2) all regulatory agency requirements are satisfied, including occupancy permits, operating certificates and similar releases, (3) all operational testing has successfully occurred; (4) all required training has successfully occurred; (5) all close-out documents (such as as-built drawings, certifications, warranties, guaranties, test reports, test logs, operational manuals, etc.) have been provided by the Contractor and accepted by the Owner, and permit acceptance by permitting agencies, if applicable. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION CAO A Contractor generated punch list of items to be completed or corrected is attached (i.e., a list of all items required to render the Project complete, satisfactory, and acceptable, for submission with the request for inspection and issuance of a certificate of Substantial Completion), which shall include and list separately the estimated cost to complete each remaining unfinished item included on the list with an explanation as to the basis for those costs, substantiated by the Schedule of Values. A final Punch List Exhibit F-3 ("Punch List") will be developed, by the Owner and Contractor, with the Owner having the final say on the items included on the Punch List. The Punch List must include all items required to render the Project complete, satisfactory, and acceptable. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the Punch List must be completed or corrected by CONTRACTOR within 30 days from the delivery date of the Punch List and Contractor shall provide Owner with written notice that all Punch List items have been completed. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance, and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on , 20 Signature of Design Professional Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on , 20_ and will submit within five calendar days, an approved pay application to bccapclerk@collierclerk.com. The pay application will include regular schedule of value scope work to be billed and all work to be billed for all change orders. Signature of Contractor Type Name and Title OWNER accepts this Certificate of Substantial Completion on , 20 Signature of Owner Type Name and Title CA0 EXHIBIT F-2 CERTIFICATE OF FINAL COMPLETION FORM (Template Form Following This Page) 24 Construction Services Agreement:[2025_ver.4] CAA EXHIBIT F-2 CERTIFICATE OF FINAL COMPLETION OWNER'S Project No. Design Professional Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Final completion applies to all Work under the Contract documents. The warranty in Exhibit G-2 is attached to and made a part of this Certificate. To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION CAO Intentionally left blank Executed by Design Professional on , 20 . Signature of Design Professional Type Name and Title CONTRACTOR accepts this Certificate of Final Completion on this , 20_ Signature of Contractor Type Name and Title OWNER accepts this Certificate of Final Completion on this , 20 . Signature of Owner Type Name and Title CAO EXHIBIT F-3 PUNCH LIST FORM (Template Form Following This Page) 25 Construction Services Agreement:[2025_ver.4] EXHIBIT F-3 PUNCH LIST FORM Item Description Value Completion Date Dated Approved No. by Owner Subtotal x 150% Delivery Date of Punch List from Owner to Contractor: (date of final Punch List). Final Completion Date: (30 days from the delivery of Punch List for projects to cost less than ten million dollars) (45 days from the delivery of Punch List for projects to cost more than ten million dollars) CAO EXHIBIT G-1 FINAL PAYMENT CHECKLIST (Template Form Following This Page) C4O 26 Construction Services Agreement:[2025_ver.4] EXHIBIT G-1: FINAL PAYMENT CHECKLIST Bid No.: Project No.: PO No. Date: Contractor: The following items have been secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the F-3 Punch List: Calendar Days. Actual Final Completion Date: YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner(attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As-Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: Executed by Design Professional on , 20 Signature of Design Professional Type Name and Title Executed by Contractor on , 20 Signature of Contractor Type Name and Title Executed by Owner on , 20 Signature of Owner Type Name and Title Cq0 EXHIBIT G-2 WARRANTY (Template Form Following This Page) CAO 27 Construction Services Agreement:[2025_ver.4] EXHIBIT G-2 WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Substantial Completion: Name and Address of CONTRACTOR: CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF SUBSTANTIAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. CONTRACTOR: WITNESS: Signature Signature Name Printed and Title Name Printed 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 be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization, or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work-site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 28 Construction Services Agreement:[2025_ver.4] iCA•o 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub-Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting, and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after the Board's award of the Agreement, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be limited to the hours of 7 a.m. to 7 p.m., Monday through Saturday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 29 Construction Services Agreement:[2025_ver.4] 4. PROGRESS PAYMENTS. 4.1 At least ten (10) days prior to submitting the monthly Application for Payment, the Contractor shall submit to the Project Manager a final Schedule of Values. The Schedule of Values shall be satisfactory in form and substance to the Project Manager and shall subdivide the Work into component parts in sufficient detail to serve as the basis for measuring quantities in place and calculating amounts for the Contractor's monthly progress payments during construction. Further, it shall include the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. Unsupported or unreasonable allocation of the Contract Price to any one activity shall be justification for rejection of the Schedule of Values. The Contractor shall not submit an unbalanced Schedule of Values which provides for overpayment to the Contractor on activities that would be performed first. The Schedule of Values shall be revised and resubmitted until acceptable to the Project Manager. Once the schedule has been accepted by the Project Manager, the Owner reserves the right (at its option) throughout the Contract to require that the Contractor honor a particular price contained in the Schedule of Values, if the activity pertaining to it is being deleted or modified. Upon approval of the Schedule of Values by the Project Manager, it shall be incorporated into the form of Application for Payment attached to the Agreement as Exhibit D-1 and shall be used as the basis for the Contractor's monthly Applications for Payment. The schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative. 4.2 The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date, and monthly thereafter, but not more often than once a month or prior to substantial completion being met. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location agreed to by the Owner in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record form attached hereto and made a part hereof as Exhibit D-3. 4.4 Contractor shall submit its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). Within twenty (20) business days after the date of each Application for Payment is stamped as received, and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval 30 Construction Services Agreement:[2025_ver.4] CAO of only a portion of the requested payment, stating in writing its reasons therefor; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices shall be processed in accordance with Section 218.735, F.S. and the terms of the Contract Documents. 4.5 In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re-submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall withhold retainage on the gross amount of each monthly progress payment in the amount of five percent (5%), as permitted by Section 255.078, F.S. The foregoing does not prohibit Owner from withholding retainage at a rate less than five percent (5%) of each monthly progress payment as otherwise allowable under Section 255.078, F.S.. Any reduction in retainage below the maximum amount set forth in Section 255.078, F.S. shall be at the sole discretion of the Owner. Such retainage shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Section 255.078, F.S. or otherwise required pursuant to Section 218.735(7), F.S. Any interest earned on retainage shall accrue to the benefit of the Owner. Pursuant to Section 218.735(8)(f), if the total cost of the construction services is $200,000 or less, then the 5% retainage requirement does not apply. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub-subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub-subcontractor, or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or prior to final completion. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"'aches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 31 Construction Services Agreement:[2025_ver.4] CAO 4.12 The Owner may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. The Owner may not accept any additional surcharges (credit card transaction fees) as a result of using the Owner's credit card for transactions relating to this agreement. 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non- compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) Defective Work not remedied; (b)third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non-liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the Contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 5.4 If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark-up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or a Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 6. FINAL PAYMENT. 6.1 Owner shall make Final Payment to Contractor in accordance with Section 218.735, F.S. and the terms of the Contract Documents after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to Final Payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit form attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to Final Payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of Final Payment, the Contractor's Representative and the Project Manager shall jointly complete the Final Acceptance and Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G-1. 32 Construction Services Agreement:[2025_ver.4] t CAO 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice to Proceed is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 33 Construction Services Agreement:[2025_ver.41 0 90 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 7.6 Per Section 218.755, F.S. effective July 1, 2025, Owner shall approve or deny a price quote for a Change Order within thirty (35) days after receipt of such price quote from the Contractor (receipt commencing the date upon which the County's Project Manager and Department Head receives the price quote, whichever is earlier). A denial notice shall specify deficiencies and actions necessary to remedy deficiencies. 8. DAILY REPORTS, SIGNED AND SEALED AS-BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub-Contractor's personnel; 8.1.4 The number of Contractor's and Sub-Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 34 Construction Services Agreement:[2025_ver.4] d C40 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit, and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean, and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As-Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As-Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation, which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed, or such longer period as may be required by law, whichever is later, pursuant to Florida Public Records Law Chapter 119 and comply with specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: DIVISION OF COMMUNICATIONS, GOVERNMENT AND PUBLIC AFFAIRS 3299 TAMIAMI TRAIL EAST, SUITE 102 NAPLES, FL 34112-5746 TELEPHONE: (239) 252-8999 EMAIL: PUBLICRECORDREQUEST(c COLLIER.GOV The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by 35 Construction Services Agreement:[2025_ver.4] C40 the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and materialmen, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner in the form of a Work Directive, Exhibit E-2, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express 36 Construction Services Agreement:[2025_ver.4] cA0 prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E-1 to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub-subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub-subcontractor for field and home office overhead is included in the markups noted above. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be affected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County Procurement Ordinance, as amended and the terms of the Contract Documents in effect at the time such modifications are authorized. 10.8 For any contract for construction services entered on or after July 1, 2025, the County must approve or deny a price quote for a change order requested or issued by the County within 35 days after receipt of such price quote from the Contractor (receipt commencing the date upon which the County's Project Manager and Department Head receives the price quote, whichever is earlier) consistent with the prompt processing of change orders set forth in Section 218.755, F.S. 11. CLAIMS AND DISPUTES. 37 nConstruction Services Agreement:[2025_ver.4] �c'�O 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit, or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 12.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 38 Construction Services Agreement:[2025_ver.41 L,AO 13.1 To the maximum extent permitted by Florida law, Contractor shall indemnify, defend, and hold harmless Owner, its elected officials, officers, and employees, from any and all liabilities, damages, losses and costs, including but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of Contractor, its employees, agents, officers, subcontractors and other persons employed or utilized by Contractor in the performance of this Agreement. It is further the specific intent and agreement of the Parties that all the Contract Documents of any project for which Contractor provided services be hereby amended to include the foregoing indemnification. Contractor expressly agrees that it will not claim, and waives any claim, that this article violates Section 725.06, F.S., or is unenforceable pursuant to Section 725.06, F.S. This indemnification obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Section 13.1. This indemnification provision shall include claims made by an employee of Contractor or any subcontractor against Owner and Contractor waives any entitlement to immunity under Section 440.11, F.S. Nothing contained herein shall be construed as a waiver of any immunity or limitation of liability Owner may be entitled to under the doctrine of sovereign immunity or Section 768.28, F.S. This indemnification provision shall survive the termination of this Agreement however terminated. Contractor's obligation to indemnify, defend, and hold harmless shall not be limited by the amount of any insurance required to be obtained or maintained under the Contract Documents. Notwithstanding the foregoing, Contractor's obligations to indemnify, defend and hold harmless shall be limited to one million dollars ($1,000,000) or the Contract Price, whichever is greater, in accordance with Section 725.06, F.S. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner, and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in the Insurance and Bonding Requirements form Exhibit B-3 to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B-3. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, F.S.). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 39 Construction Services Agreement:[2025_ver.4] 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States, including the requirements set forth in Florida Statute, §448.095. Contractor shall comply with all applicable provisions of Sections 448.09 and 448.095, F.S., as may be amended. The definitions in Section 448.095(1), F.S., as may be amended, apply to this section of the Agreement. Contractor shall register with and use the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all employees of Contractor. Contractor may not enter into a contract with a subcontractor to perform work under this Agreement unless and until the subcontractor registers with and uses the E-Verify system. If Contractor enters into a contract with a subcontractor to perform work under this Agreement, Contractor must obtain a properly executed affidavit from the subcontractor stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor must maintain copies of all such affidavits for the duration of this Agreement. Owner may terminate this Agreement for cause if Owner determines that Contractor or Contractor's subcontractor has not complied with any applicable provision of Sections 448.09 or 448.095, F.S., as may be amended. Owner will terminate this Agreement for cause if Owner has a good faith belief that Contractor has knowingly violated subsection 448.09(1), F.S., as may be amended. If the OWNER has a good faith belief that a subcontractor knowingly violated Section 448.09(1), F.S., as may be amended, but OWNER determines that Contractor otherwise complied with Section 448.09(1), F.S., as may be amended, OWNER will notify Contractor as such, and Contractor must immediately terminate Contractor's contract with said subcontractor. If this Agreement is terminated under Section 448.095(c), F.S.: (a) such termination is not a breach of this Agreement and may not be considered as such; (b) Contractor may not be awarded a public contract for at least 1 year after the date on which the Agreement is terminated; and (c) Contractor is liable for any additional costs incurred by the Owner as a result of the termination of the Agreement. Contractor acknowledges, and without exception or stipulation, any Contractor(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded Contractor(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14.4 Applicable if Contract is $1,000,000 or more. By executing this Agreement and each and every renewal hereof (if renewal is separately provided for herein), pursuant to Section 287.135, F.S., Contractor certifies, represents, and warrants that: (a) it is not on the Scrutinized Companies with Activities in Sudan List, (b) it is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, (c) it is not on the Scrutinized Companies with Activities in Iran Terrorism Sectors List, (d)that it does not have Business operations or is engaged in business in Cuba or Syria, and (e) that it is not engaged or engaging in a Boycott of Israel, and that all such certifications were true at the time it submitted its bid or proposal for this Agreement, as of the Effective Date of this Agreement, and as of the effective date of any renewal of this Agreement. Notwithstanding anything contained in this Agreement to the contrary, the Owner may terminate this Agreement immediately for cause if: (1) Contractor is found to have submitted a 40 0Construction Services Agreement:[2025_ver.4] `FAO false certification regarding (a) — (e) above in accordance with Section 287.135(5), F.S., (2) Contractor is found to have been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or is or has been engaged in Business operations in Cuba or Syria or a Boycott of Israel, or (3) Contractor is found to have been placed on a list created pursuant to Section 215.473, F.S., relating to scrutinized active business operations in Iran. Such termination shall be in addition to any and all remedies available to the Owner at law or in equity. The terms "Boycott of Israel" and "Business operations" used in this section are defined as in Section 287.135, F.S.. The Lists referred to in this section are those Lists in and maintained pursuant to Section 287.135, F.S. Applicable if Contract is under$1,000,000. By executing this Agreement and each and every renewal hereof (if renewal is separately provided for herein), pursuant to Section 287.135, F.S., Contractor certifies, represents, and warrants that: (a) it is not on the Scrutinized Companies that Boycott Israel List, and (b) it is not engaged in a Boycott of Israel, and that all such certifications were true at the time it submitted its bid or proposal for this Agreement, as of the Effective Date of this Agreement, and as of the effective date of any renewal of this Agreement. Notwithstanding anything contained in this Agreement to the contrary, the Owner may terminate this Agreement immediately if: (1) Contractor is found to have submitted a false certification regarding (a) or (b) above in accordance with Section 287.135, F.S., or (2) Contractor has been placed on the Scrutinized Companies that Boycott Israel List or is or has been engaged in a Boycott of Israel. Such termination shall be in addition to any and all remedies available to the Owner at law or in equity. The term "Boycott of Israel" used in this section is defined as in, and the Scrutinized Companies that Boycott Israel List is the list maintained pursuant to, Section 287.135, F.S. 14.5 Applicable if Contract is over $100,000. Pursuant to Section 286.101, F.S., Contractor shall disclose any current or prior interest of, any contract with, or any grant or gift received from a Foreign Country of Concern, as defined below, if such interest, contract, or grant or gift has a value of$50,000 or more and such interest existed at any time or such contract or grant or gift was received or in force at any time during the previous five (5) years. For purposes of this section, "Foreign Country of Concern" means the People's Republic of China, the Russian Federation, the Islamic Republic of Iran, the Democratic People's Republic of Korea,the Republic of Cuba,the Venezuelan regime of Nicolas Maduro, or the Syrian Arab Republic, including any agency of or any other entity under significant control of such foreign country of concern. Contractor's disclosure shall include the name and mailing address of the disclosing entity, the amount of the contract or grant or gift or the value of the interest disclosed, the applicable foreign country of concern and, if applicable, the date of termination of the contract or interest, the date of receipt of the grant or gift, and the name of the agent or controlled entity that is the source or interest holder. Contractor represents that within one (1) year before proposing any contract to the Owner, Contractor provided a copy of such disclosure to the Florida Department of Financial Services. 14.6 By executing this Agreement and each and every renewal hereof (if renewal is separately provided for herein), pursuant to Section 786.06, F.S., Contractor certifies, represents, and warrants that it does not use coercion for labor services, as those terms are defined in Section 786.06. Contractor will provide to the Owner an affidavit in the form attached as Exhibit 1-2 signed by an officer or representative of Contractor under penalty of perjury attesting that Contractor does not use coercion for labor or services. Notwithstanding anything contained in this Agreement to the contrary, the Owner may terminate this Agreement immediately if Contractor is found to have submitted a false attestation. Such termination shall be in addition to any and all remedies available to the Owner at law or in equity. 41 Construction Services Agreement:[2025_ver.4] CAO 14.7 Pursuant to Section 166.246, F.S., Contractor agrees that Contractor does not and will not, nor will it allow a subcontractor to, use any funds from the Owner for the purpose of issuing an identification card or document to any individual who does not provide proof of lawful presence in the United States. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time 42 Construction Services Agreement:[2025_ver.41 specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or(3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or(7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or(8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s)within seven (7)calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re-letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. If this Agreement is terminated by the Owner for cause, in addition to all other remedies, Contractor shall be liable for all expenses incurred by the Owner in reprocuring elsewhere the same or similar items or services offered by Contractor. 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 43 Construction Services Agreement:[2025_ver.4] CAQ 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 19.3 It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. In the event the Owner, in its sole discretion, determines that sufficient budgeted funds are not available to appropriate for payments due to Contractor under this Agreement, the Owner shall notify Contractor of such occurrence and this Agreement shall terminate on the last day of the current fiscal period without any penalty or expense to the Owner. 20. COMPLETION. Substantial Completion and Development of the Punch List 20.1 Substantial Completion is as defined in the Defined Terms section of this Agreement. When the Contractor believes Substantial Completion has been achieved, it shall certify in writing to the Project Manager that the Project is Substantially Complete in accordance with the Contract Documents and request the Project Manager to inspect the Work and to issue a Certificate of Substantial Completion. Prior to making such a request the Contractor must: 44 Construction Services Agreement:[2025_ver.4] CAO a) Complete all Work necessary for the safe, proper and complete use or operation of the Project as intended, including: all regulatory agency requirements are satisfied, including occupancy permits; operating certificates and similar releases; all operational testing has successfully occurred; all required training has successfully occurred; all close-out documents (such as as-built drawings, certifications, warranties, guaranties, test reports test logs, operational manuals, etc.) have been provided by Contractor and accepted by Owner. b) Prepare a Contractor-generated punch list(i.e., a list of all items required to render the Project complete, satisfactory, and acceptable, for submission with the request for inspection and issuance of a certificate of Substantial Completion), which shall include and list separately the estimated cost to complete each remaining unfinished item included on the list with an explanation as to the basis for those costs, substantiated by the Schedule of Values, subject to the Owner's final review and approval as stated below. c) Upon receipt of the request from the Contractor, the Project Manager, assisted by the Professional, if any, and other Owner personnel, as appropriate, shall review the request, the Work and the Contractor-generated punch list to determine whether the Work is ready for Substantial Completion inspection. If this review fails to support Substantial Completion inspection, the Project Manager shall so notify the Contractor citing the reasons for rejection. If the Project Manager and Professional (if any) determine the Work is ready for Substantial Completion inspection, the following procedures will be followed: 1. The Project Manager will, within a reasonable time, schedule, and conduct inspection(s) of the Work with the Professional (if any), other Owner personnel as required, and the Contractor for the purpose of formally reviewing the status of completion of the Work, the readiness of the Project for use and the Contractor-generated punch list. A copy of the Contractor- generated punch list will be provided to all participants and any additional items noted during the inspection will be added to the list. The Project Manager, the Professional, their representatives and other Owner representatives will review the Work and the Contractor-generated punch list to assure all deficiencies are noted on a final Punch List document (Exhibit F-3 Punch List Form) ("Punch List"). The Punch List must include all items required to render the Project complete, satisfactory and acceptable. If Project Manager and Contractor disagree on whether an item belongs on the Punch List, the Project Manager has the final say on whether the item is included or not. The Punch List shall be finalized and issued to the Contractor by the Owner within the time frames indicated below. 2. If upon completion of the inspection(s) the Owner does not consider the Project Substantially Complete, the Project Manager will notify the Contractor in writing giving reasons why the Project is not Substantially Complete. 3. If, upon completion of the inspection(s), the Owner considers the Project Substantially Complete, the Project Manager shall prepare a Certificate of Substantial Completion to establish the date for Substantial Completion as 45 Construction Services Agreement:[2025_ver.4] ;FAO the date of the completed inspection(s). The Certificate of Substantial Completion shall be approved by the Owner upon the signature of both the Project Manager and the Professional and shall be issued to the Contractor. The Certificate shall fix the date of Substantial Completion. 4. Substantial Completion cannot occur until all conditions necessary for safe and proper use, occupancy, maintenance, and operations are in place. 20.2 Time Frames for Issuance of the Punch List (a) The Owner shall issue the Punch List to the Contractor within the time frames described below, provided that the Contractor has completed its obligations in providing a proper contractor-generated Punch List prior to the Substantial Completion inspection. (b) For construction estimated to cost less than ten million dollars ($10,000,000.00), the Punch List must be developed within thirty (30) Days after the Substantial Completion date and delivered to the Contractor five (5) days thereafter. (c) For construction projects estimated to cost more than ten million dollars ($10,000,000.00), the Punch List must be developed within forty-five(45) Days after the Substantial Completion date and delivered to the Contractor five (5) days thereafter. (d) For construction projects involving more than one building or structure or multiple phases, the Punch List must be prepared for each building, structure or phase within thirty (30) Days of the Substantial Completion date of a particular building, structure or phase if it is estimated to cost less than ten million dollars ($10,000,000.00) or within forty-five (45) Days if it is estimated to cost more than ten million dollars ($10,000,000.00). (e) If the development of the Punch List takes the full amount of time designated (or a portion thereof) and includes a tentative punch-list based upon the above dollar amount thresholds, the delivery of the Punch List of items shall be delivered by the Owner no later than five (5) business days thereafter. Within twenty (20) business days after the delivery of the Punch List to the Contractor, the Owner must pay the Contractor the remaining contract balance owed, that includes all retainage previously withheld by Owner less an amount equal to 150 percent (150%) of the estimated cost to complete the items on the Punch List.At the same time the Owner delivers the Punch List, Contractor shall submit a payment application requesting that Owner pay the Contractor the remaining contract balance owed including all retainage previously held by Owner less an amount equal to 150 percent(150%) of the estimated cost to complete the items on the Punch List. Warranty items may not affect the final payment retainage as provided herein. Owner is not required to pay or process any payment request for retainage if the Contractor has failed to cooperate with Owner in the development of the list or failed to perform its contractual responsibilities with regard to the development of a list or if Section 255.078(3), F.S., applies. 46 Construction Services Agreement:[2025_ver.4] ;,CA0 (f) The failure to include any corrective work or pending items not yet completed on the Punch List does not alter the responsibility of Contractor to complete all the construction services purchased pursuant to the Contract Documents. (g) Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the Punch List. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 20.3 Completion of Punch List Work and Release of Remaining Contract Balance (a) Upon completion of the Punch List Work, the Contractor shall certify in writing to the Project Manager that all Punch List Work has been completed in accordance with the Contract Documents and request the Project Manager to inspect the Work and to approve Punch List completion. If, in the Project Manager's opinion, the Work is not ready for such inspection, the Project Manager will so inform the Contractor, giving reasons for such opinion. If the Project Manager is satisfied that an inspection is warranted, the Project Manager will, within a reasonable time, schedule and conduct inspection(s) of the facility with representatives of the Owner's user department, the Professional (if any), and the Contractor, for the purpose of formally reviewing the completion of Punch List Work. If the Project Manager and the Contractor disagree on whether an item remains incomplete, the Project Manager has the final say on whether the item is complete or not. (b) If, upon completion of the inspection(s)the Owner does not consider the Punch List Work complete, the Project Manager will notify the Contractor in writing giving specific reasons why the Punch List Work is not complete. (c) Upon completion of all items on the Punch List, the Contractor may submit a Payment Request for the remaining amount withheld by the Owner. If a good- faith dispute exists as to whether one or more items identified on the list have been completed pursuant to the Contract Documents, the Owner may continue to withhold an amount not to exceed one hundred and fifty percent (150%) of the total costs to complete such items. This remaining balance of retainage may be requested by the Contractor in its Application for Final Payment after Final Acceptance of the Work by Owner (Exhibit F-2 Certificate of Final Completion). (d) All items that require correction under the Contract Documents and that are identified after the preparation and delivery of the Punch List shall remain the obligation of the Contractor. (e) Warranty Items may not affect the Final Payment of retainage pursuant to Section 218.735(7)(f), F.S. (f) If the Owner fails to comply with its responsibilities to assist in developing the Punch List within the time frame applicable to the Project(as described above), the Contractor may submit a request for all remaining retainage withheld by the Owner. The Owner need not pay or process any payment request for retainage if Contractor has, in whole or part, failed to cooperate with the Owner in 47 Construction Services Agreement:[2025_ver.4] qO development of the Punch List or failed to perform its contractual responsibilities with regard to development of the Punch List. Additionally, the Owner does not have to pay or release any amounts that are the subject of a good-faith dispute, the subject of a claim brought pursuant to Section 255.05, F.S., or otherwise the subject of a claim or demand by the Owner or Contractor. 20.4 Final Completion (a) Upon written notice from the Contractor that the Project is complete, the Project Manager shall schedule a final inspection with the Contractor, the Design Professional, and any other personnel requested by the Project Manager. The Project Manager shall notify the Contractor in writing of any Work this inspection reveals to be defective, or otherwise not in accordance with the Contract Documents. The Contractor shall immediately take such action as may be necessary to remedy such defects and bring the Project into full compliance with the Contract Documents and then request another inspection. (b) Final Completion of the Work shall be achieved by the Contractor when all the Work required under the Contract Documents has been satisfactorily completed, including all Punch List work, and specifically as noted in the Specifications section. (c) After the Project Manager has determined that all Work has been completed, the Project Manager will issue a Certificate of Final Completion Exhibit F-2 for the Work. 20.5 Application for Final Payment After the Certificate of Final Completion, Exhibit F-2 for the Work has been issued by the Project Manager, the Contractor may make Application for Final Payment following the procedure for progress payments. As an explicit condition precedent to the accrual of Contractor's right to Final Payment, Contractor shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit form attached as Exhibit C, as well as a duly executed copy of the Surety's consent to Final Payment and such other documentation that may be required by the Contract Documents, including but not limited to: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to Final Payment. (4) Receipt of the Final Payment Check list, Exhibit G-1. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Prior to release of Final Payment, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G-1. 20.6 Approval of Final Payment 48 Construction Services Agreement:[2025_ver.4] CAO (a) If, on the basis of the Project Manager's observations and review of Work during Construction, final inspection, and review of the Application for Final Payment (all as required by the Contract Documents), the Project Manager is satisfied that the Work has been completed and the Contractor has fulfilled all of its obligations under the Contract Documents, the Project Manager will, within ten (10) days after receipt of the Application for Final Payment, indicate in writing that the entire remaining balance is found to be due and payable to the Contractor and approve payment. Otherwise, the Project Manager will return the Application to the Contractor, indicating in writing the reason for refusing to approve for Final Payment, in which case the Contractor will make the necessary corrections and resubmit the Application. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. (b) Contractor's acceptance of Final Payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. (c) The Contractor's obligation to perform the Work and complete the Project in accordance with the Contract Documents shall be absolute. Neither approval of any progress or Final Payment, the issuance of a Certificate of Substantial Completion, any payment by the Owner to the Contractor under the Contract Documents, any use or occupancy of the Project or any part thereof by the Owner, the issuance of a Final Completion, any act of acceptance by the Owner, any failure to do so, nor any correction of defective Work by the Owner shall constitute an acceptance of Work not in accordance with the Contract Documents. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or material men supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers,fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner 49 0CA0 Construction Services Agreement:[2025_ver.4] may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22 TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re-inspection fees and costs; to the extent such re-inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation, and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight(8) hour day and for any work performed on Saturday, Sunday, or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, 50 OcA0 Construction Services Agreement:[2025_ver.4] Contractor shall, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non-defective Work. Contractor shall bear all direct, indirect, and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys, and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect, and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys, and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect, and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to Final Payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents, and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after Final Payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect, and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change 51 Construction Services Agreement:[2025_ver.4] ( �q� Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect, and consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit A-3 is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever Contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.B, for services not rendered. 25. PROTECTION OF WORK. 25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 25.2 Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors, agents, or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 52 Construction Services Agreement:[2025_ver.4] 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor,without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation, or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules, and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. 53 Construction Services Agreement:[2025_ver.4] CAO All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full-time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further, Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute, or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 54 Construction Services Agreement:[2025_ver.4] 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre-construction conference with the Project Manager, Design Professional, and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre-construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION. Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 31. MAINTENANCE OF TRAFFIC POLICY. For all projects that are conducted within a Collier County Right-of-Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards(DS),where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Procurement Services Division and is available on-line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice to Proceed. 32. SALES TAX SAVINGS AND DIRECT PURCHASE. 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below. Cgp 55 Construction Services Agreement:[2025_ver.4] 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sales tax under Chapter 212, F.S., and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS. 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying, or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 2013-69, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior 56 Construction Services Agreement:[2025_ver.4] a0 written approval from Owner. Any and all Subcontractor work to be self-performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub-subcontractor performing any portion of the Work, as well as maintain a log of all such licenses.All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third-party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub- subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on-site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require 57 Construction Services Agreement:[2025_ver.41 all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub- subcontracts and purchase orders. 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES. 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 34.1.3 Shop Drawing Submittal/Approval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost-Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As-Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations 58 Construction Services Agreement:[2025_ver.4] At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPS(a�collier.gov) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 36. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING. All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of$2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND/UNDERGROUND TANKS. 059, „q� Construction Services Agreement:[2025_ver.4]' 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically Chapters 761, 762, 777, and 780; 376 & 403 F.S.; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. 38.2 The contractor shall notify the Solid & Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing /will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48-hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials/petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well-groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. DISPUTE RESOLUTION. A. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by Owner's staff person who would make the presentation of any settlement reached during negotiations to Owner for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by Owner's staff person or designee who would make the presentation of any settlement reached at mediation to Owner's Board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44.102, F. S. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 60 Construction Services Agreement:[2025_ver.4] EXHIBIT I-1: SUPPLEMENTAL TERMS AND CONDITIONS Attached hereto, following this page ® Not Applicable 61 CA o Construction Services Agreement:[2025_ver.4] EXHIBIT 1-2: AFFIDAVIT REGARDING LABOR AND SERVICES (Following This Page) 62 Construction Services Agreement:[2025_ver.4] aelo AFFIDAVIT REGARDING LABOR AND SERVICES AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED Effective July 1, 2024, pursuant to § 787.06(13),Florida Statutes,when a contract is executed, renewed,or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Effective January 1,2024,a governmental entity may not accept a bid on,a proposal for,or a reply to,or enter into,a contract with an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet any of the following criteria: (a)the entity is owned by the government of a foreign country of concern;(b)the government of a foreign country of concern has a controlling interest in the entity;or(c)the entity is organized under the laws of or has its principal place of business in a foreign country of concern. Effective July 1,2025,when an entity extends or renews a contract with a governmental entity which would grant the entity access to an individual's personal identifying information,the entity must provide the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c),§287.138,Florida Statutes. 1 t 1 Nongovernmental Entity's Name: I4C>t�uv4 Lq«,15�—p;,/� na� i Aho,y 1 , Ng. Address: 1)D5'/ aecf i st, �Wm a- 7 f t Mites .F` 33,67 1 Phone Number: a3Q- 437-9666 , Authorized Representative's Name: JwdE F. b A AIN w(a Authorized Representative's Title: Pais;Aer.t- Email Address: ,:gl,a Jka141 w Gkii Al Ohl .IA..J$ute h • Co I, Doak F. 4 ix Wr.? t i. (Name of Authorized Representative), as authorized representative attest under penalty of perjury that i4etvtrhl&l"444. q,: Jfe.p, 1tf yr Z.% (Name of Nongovernmental Entity) does not: (1) use coercion for labor or services as defined in§*1$7.06,Florida Statutes,and(2)the nongovernmental entity is not(a)owned by a government of a foreign country of concern,(b)that a foreign country of concern does not have a controlling interest in the entity, and(c)that the entity is not organized under the laws of or has its principal place of business in a foreign country of concern,all as prohibited under§287.138,Florida Statutes. UncIty of perjury,I declare that I have read the foregoing Affidavit and that the facts stated in it are true. ti '` rH-rr l 4U M A Z 1544, 'd 051 (Signature of authorized representative) Date STATE OF HOQiAA COUNTY OF Lee- Sworn to(or a'i ed)and subscribed before me,by means of l!physical presence or 0 online notarization this ., •of , r. t . byllite_o/ytj0. (Name of Affiant),who produced his Florida Driver's License as ide tificati . sip `otary Public Notary Publlc State of Florida jimtRenee Rehbein My Commission FIN 819531I Commission Expires Expires 112312fl24 Personally Known XOR Produced Identification 0 Type of Identification Produced: CAO