Loading...
Agenda 12/10/2024 Item #16C5 (Award invitation Bid No. 24-8242, to provide Landscaping Maintenance for Public Utilities Sites and adjacent Right -of-Ways)12/10/2024 Item # 16.C.5 ID# 2024-1950 Executive Summary Recommendation that the Board of County Commissioners, as ex-officio the Governing Board of the Collier County Water-Sewer District (CCWSD), award Invitation to Bid (“ITB”) No. 24-8242, “Landscaping Maintenance for Public Utilities Facilities” to A&M Property Maintenance, LLC, Duval Landscape Maintenance, LLC, Ground Zero Landscaping Services, Inc., Mainscape, Inc., and Superior Landscaping & Lawn Service Inc., and authorize the Chairman to sign the attached Service Agreements. OBJECTIVE: To obtain contracted services to provide landscaping maintenance for the Public Utilities sites and adjacent Right-of-Ways. CONSIDERATIONS: The Public Utilities Division owns and maintains various sites throughout the County that require regular landscaping maintenance, including but not limited to, mowing, weeding, tree and bush trimming and replacement, irrigation maintenance and repairs, fertilizing and weed control, and additional as-needed services quoted by the hour. On April 26, 2024, the Procurement Services Division released notices for ITB No. 24-8242, “Landscaping Maintenance for Public Utilities Facilities”. The County received five bids by the June 11, 2024, submission deadline as summarized below. Respondents: Company Name City County State Bid Amount Responsive/Responsible A&M Property Maintenance, LLC Ave Maria Collier FL See Bid Tabulation Yes/Yes Duval Landscape Maintenance, LLC Jacksonville Manatee FL See Bid Tabulation Yes/Yes Ground Zero Landscaping Services Inc. Naples Collier FL See Bid Tabulation Yes/Yes Mainscape, Inc. Bonita Springs Collier FL See Bid Tabulation Yes/Yes Superior Landscaping & Lawn Service Inc. Fort Myers Lee FL See Bid Tabulation Yes/Yes Item Number County Location Primary Vendor Secondary Vendor 1 South County Regional Water Treatment Facility 3851 City Gate Dr. Mainscape, Inc. Duval Landscape Maintenance, LLC 2 North Collier Regional Water Treatment Plant 8005 & 8205 Vanderbilt Beach Rd. Ext. Duval Landscape Maintenance, LLC Mainscape, Inc. 3 South County Water Reclamation Facility 5600 Warren Street Duval Landscape Maintenance, LLC Mainscape, Inc. 4 BERM - South County Water Reclamation Facility 5600 Warren Street, Naples Duval Landscape Maintenance, LLC Mainscape, Inc. 5 Eagle Lakes Park 11573 Tamiami Trl E., Naples Duval Landscape Maintenance, LLC Mainscape, Inc. 6 North County Water Reclamation Facility 10500 Goodlette-Frank Rd N., Naples Mainscape, Inc. Superior Landscaping & Lawn Services, Inc. 7 Northeast Service Area (NESA) 1445 Oilwell Rd. A&M Property Maintenance, LLC Duval Landscape Maintenance, LLC 8 Northeast Service Area (NESA) 4216 20th St. NE A&M Property Maintenance, LLC Mainscape, Inc. 9 Golden Gate 4931 32nd Ave. SW Mainscape, Inc. Duval Landscape Maintenance, LLC Page 5666 of 10663 12/10/2024 Item # 16.C.5 ID# 2024-1950 10 Public Utilities Operations Center (PUOC) 4370 and 4220 Mercantile Ave. Mainscape, Inc. Duval Landscape Maintenance, LLC 11 Carica Booster 7200 Goodlette Road A&M Property Maintenance, LLC n/a 12 Isles of Capri Pump Station 401 San Juan Ave. & 920 Capri Blvd. A&M Property Maintenance, LLC n/a 13 Manatee Repump Station 1300 Manatee Road A&M Property Maintenance, LLC Duval Landscape Maintenance, LLC 14 Goodland Repump Station 2559 San Marco Rd A&M Property Maintenance, LLC n/a 15 Raw Water Booster Station 841 7th Ave. SW Duval Landscape Maintenance, LLC A&M Property Maintenance, LLC 16 Northeast Recycling Drop-Off Center 825 39th Ave., NE A&M Property Maintenance, LLC n/a 17 Marco Island Recycling Drop-Off Center 990 Chalmer Dr. Duval Landscape Maintenance, LLC n/a 18 North Collier Recycling Drop-Off Center 9950 Goodlette-Frank Rd., N. Ground Zero Landscaping Services, Inc. Mainscape, Inc. 19 Naples Recycling Drop-Off Center 2640 Corporate Flight Dr. Mainscape, Inc. n/a 20 Carnestown 31201 Tamiami Trail East Duval Landscape Maintenance, LLC n/a 21 Collier County Landfill 3730 White Lake Blvd. Duval Landscape Maintenance, LLC n/a 22 Immokalee Landfill 700 Stockade Rd. Duval Landscape Maintenance, LLC Mainscape, Inc. 23 Eustis Landfill Part of 1060 Sanitation Rd. Superior Landscaping & Lawn Service, Inc. n/a 24 Golden Gate Water Plant 4300 Golden Gate Parkway Mainscape, Inc. n/a 25 Green Blvd. Water Station 4781 Green Blvd. Mainscape, Inc. A&M Property Maintenance, LLC 26 Pelican Marsh Pump Station 1509 Pelican Marsh Blvd. Ground Zero Landscaping Services, Inc. n/a 27 Livingston Road Wells 15390, 15430, 15508, 15592, 15632, 15664, & 15694 Livingston Rd. Ground Zero Landscaping Services, Inc. n/a 28 Livingston Road ASR 15694 Livingston Rd. Ground Zero Landscaping Services, Inc. n/a 29 Wastewater Collections Sites (29 sites) Ground Zero Landscaping Services, Inc. n/a After reviewing the bids, staff found all five bidders to be responsive and responsible with minor irregularities. Duval Landscape Maintenance, LLC was deemed Non-Responsive for County Location #19 only, for not providing pricing for all line items. A&M Property Maintenance, LLC has been doing business with the County since 2013 and has a local office in Ave Maria. Duval Landscape Maintenance, LLC has been doing business with the County since 2016 and has a local office in Naples. Ground Zero Landscaping Services Inc. has been doing business with the County since 1995 and has a local Page 5667 of 10663 12/10/2024 Item # 16.C.5 ID# 2024-1950 office in Naples. Mainscape, Inc. has been doing business with Collier County for 13 years with offices in Fort Myers. Superior Landscaping & Lawn Service Inc. has been doing business with Collier County for 15 years with offices in Fort Myers. Awards have been established on a lowest price per County Location #19 basis to a Primary and Secondary vendor. See the attached Bid Tabulation for the breakdown of Primary and Secondary awards by County Location #19. Staff has determined it is in the best interest of the County not to award a Secondary Vendor for County Locations (Item Numbers) 11, 12, 14, 16, 17, 19, 20, 21, 23, 24, 26, 27, 28 and 29 as outlined on the Bid Tabulation. The proposed agreement will become effective upon approval. The current Agreement No. 19-7565 will be terminated upon issuance of the new Agreement No. 24-8242. FISCAL IMPACT: The annual cost of this contract will vary based on several factors that can affect the need for these services such as expansion within the County, weather effecting vegetation growth, and natural disasters. Prices are to remain firm for the initial term of the contract. These services will be used by the Water, Wastewater and Solid & Hazardous Waste Management Divisions from their respective Funds, being the Water-Sewer District Operating Fund (4008) or the Solid and Hazardous Waste Disposal Fund (4070). Division Purchase Orders are to be consistent with approved annual budget allocations. Other divisions utilizing this contract will provide funding from their respective budgets. GROWTH MANAGEMENT IMPACT: There is no impact on the Growth Management Plan associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board action. - CJS RECOMMENDATIONS: Recommendation that the Board of County Commissioners, as ex-officio the Governing Board of the Collier County Water-Sewer District (CCWSD), award Invitation to Bid (“ITB”) No. 24-8242, “Landscaping Maintenance for Public Utilities Facilities” to A&M Property Maintenance, LLC, Duval Landscape Maintenance, LLC, Ground Zero Landscaping Services, Inc., Mainscape, Inc., and Superior Landscaping & Lawn Service Inc., and authorize the Chairman to sign the attached Service Agreements. PREPARED BY: Donna Deeter, Contract Administration Specialist, Utilities Finance Operations ATTACHMENTS: 1. 24-8242 NORA_Signed 2. 24-8242 Solicitation 3. 24-8242 - Bid Tabulation 4. 24-8242 Insurance _ A&M Property 5. 24-8242 Insurance WC_ A&M Property 6. 24-8242 VS_A&M 7. 24-8242 A&M_Proposal 8. 24-8242 COI APVL BY RISK_A&M 9. 24-8242 Insurance_Landscape 10. 24-8242 VS_ Duval 11. 24-8242 COI APVL BY RISK_Duval 12. 24-8242 Duval Landscape Maintenance _Proposal 13. 24-8242 Ground Zero _Proposal 14. 24-8242 Insurance_ Ground Zero 15. 24-8242 VS_Ground Zero 16. 24-8242 COI APVL BY RISK_Ground Zero 17. 24-8242 Insurance_ Mainscape 18. 24-8242 Mainscape_Proposal 19. 24-8242 VS_Mainscape 20. 24-8242 COI APVL BY RISK_Mainscape Page 5668 of 10663 12/10/2024 Item # 16.C.5 ID# 2024-1950 21. 24-8242 Insurance_Auto_ Superior 22. 24-8242 Insurance_Superior_ 23. 24-8242 Superior_Proposal 24. 24-8242 VS_Superior 25. 24-8242 COI APVL BY RISK_ Page 5669 of 10663 Notice of Recommended Award Solicitation: 24-8242 Title: Landscaping Maintenance for Public Utilities Facilities Due Date and Time: June 11, 2024, at 3:00 pm EST Respondents: Company Name City County State Bid Amount Responsive/Responsible A&M Property Maintenance, LLC Ave Maria Collier FL See Bid Tabulation Yes/Yes Duval Landscape Maintenance, LLC Jacksonville Manatee FL See Bid Tabulation Yes/Yes Ground Zero Landscaping Services Inc. Naples Collier FL See Bid Tabulation Yes/Yes Mainscape, Inc. Bonita Springs Collier FL See Bid Tabulation Yes/Yes Superior Landscaping & Lawn Service Inc. Fort Myers Lee FL See Bid Tabulation Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On April 26, 2024, the Procurement Services Division released Invitation to Bid (“ITB”) No. 24-8242, “Landscaping Maintenance for Public Utilities Facilities”, to one thousand eight hundred sixty-one 1,861 vendors. Six hundred forty- two (642) bid packages were viewed and five (5) bids were received by the June 11, 2024, submission deadline. The bid was extended an additional two (2) weeks, during which time staff conducted additional outreach. Staff reviewed the bids received. All five (5) bidders were found to be responsive and responsible with minor irregularities. Duval Landscape Maintenance, LLC was deemed Non-Responsive for County Location (Item Number) 19 only, for not providing pricing for all line items. Awards have been established on a lowest price per County Location (Item Number) basis to a Primary and Secondary vendor. The County has elected to award to the following vendors: A&M Property Maintenance, LLC, Duval Landscape Maintenance, LLC, Ground Zero Landscaping Services, Inc., Mainscape, Inc., Superior Landscaping & Lawn Service Inc. See the attached Bid Tabulation for the breakdown of Primary and Secondary awards by County Location (Item Number). Staff has determined it is in the best interest of the County not to award a Secondary Vendor for County Locations (Item Numbers) 11, 12, 14, 16, 17, 19, 20, 21, 23, 24, 26, 27, 28 and 29 as outlined on the Bid Tabulation. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: ________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 8DC52A18-3F1B-450C-A19F-2159880F3646 9/5/2024 9/5/2024 9/5/2024 Page 5670 of 10663 Project Manager: Donna Deeter Number of Bids Sent 1,861 Procurement Strategist: Barbara Lance Number of Bids Viewed:642 Number of Bids Received:5 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 1 South County Regional Water Treatment Facility 3851 City Gate Dr., Naples, FL 34117 A Lawn Maintenance 52 -$ -$ 1,450.00$ 75,400.00$ -$ -$ 1,628.15$ 84,663.80$ 3,392.40$ 176,404.80$ B Shrub/Hedge Maintenance 12 -$ -$ 2,250.00$ 27,000.00$ -$ -$ 1,238.64$ 14,863.68$ 2,279.64$ 27,355.68$ E Fertilization Maintenance 3 -$ -$ 3,965.00$ 11,895.00$ -$ -$ 3,456.51$ 10,369.53$ 3,999.96$ 11,999.88$ F Pest Control 6 -$ -$ 350.00$ 2,100.00$ -$ -$ 127.15$ 762.90$ 999.48$ 5,996.88$ G Palm and Tree Trimming Maintenance 2 -$ -$ 8,000.00$ 16,000.00$ -$ -$ 5,613.34$ 11,226.67$ 5,264.82$ 10,529.64$ -$ 132,395.00$ -$ 121,886.58$ 232,286.88$ 1 1 -$ -$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS -$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 1 -$ 132,745.00$ -$ 122,151.58$ 232,559.88$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 2 North Collier Regional Water Treatment Plant 8005 & 8205 Vanderbilt Beach Rd Ext, Naples A Lawn Maintenance 24 -$ -$ 649.00$ 15,576.00$ -$ -$ 292.66$ 7,023.84$ 2,713.92$ 65,134.08$ B Shrub/Hedge Maintenance 12 -$ -$ 695.00$ 8,340.00$ -$ -$ 1,766.69$ 21,200.28$ 1,823.71$ 21,884.52$ C Bush Hog and Brush Clearing 1 -$ -$ 155.00$ 155.00$ -$ -$ 1,170.63$ 1,170.63$ 340.03$ 340.03$ D Irrigation Maintenance 12 -$ -$ 350.00$ 4,200.00$ -$ -$ 215.00$ 2,580.00$ 368.04$ 4,416.48$ E Fertilization Maintenance 3 -$ -$ 1,333.00$ 3,999.00$ -$ -$ 838.24$ 2,514.71$ 1,854.22$ 5,562.66$ F Pest Control 6 -$ -$ 250.00$ 1,500.00$ -$ -$ 181.57$ 1,089.42$ 451.15$ 2,706.90$ G Palm and Tree Trimming Maintenance 2 -$ -$ 988.00$ 1,976.00$ -$ -$ 1,120.00$ 2,240.00$ 2,871.72$ 5,743.44$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ 780.42$ 780.42$ 636.77$ 636.77$ -$ 36,346.00$ -$ 38,599.30$ 106,424.88$ 2 1 -$ -$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ -$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 2 -$ 36,696.00$ -$ 38,864.30$ 106,697.88$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc.A&M Property Maintenance, LLC Duval Landscape Maintenance, LLC SUBTOTAL FOR ITEM NUMBER 2 Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL SUBTOTAL FOR ITEM NUMBER 1 SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS * Indicates special instructions for specific location. ** Estimated quantity is for bidding purposes only.A&M Property Maintenance, LLC Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) Duval Landscape Maintenance, LLC Primary Secondary No Bid Bid Tabulation 24-8242 Landscaping Maintenance for Public Utilities Facilities 1 Page 5671 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 3 South County Water Reclamation Facility 5600 Warren Street A Lawn Maintenance 24 -$ -$ 1,430.00$ 34,320.00$ -$ -$ 2,103.22$ 50,477.28$ 3,053.16$ 73,275.84$ B Shrub/Hedge Maintenance 12 -$ -$ 869.00$ 10,428.00$ -$ -$ 1,766.69$ 21,200.28$ 2,051.68$ 24,620.16$ C Bush Hog and Brush Clearing 1 -$ -$ 1,450.00$ 1,450.00$ -$ -$ 1,170.63$ 1,170.63$ 425.04$ 425.04$ D Irrigation Maintenance 12 -$ -$ 914.00$ 10,968.00$ -$ -$ 573.33$ 6,879.96$ 671.88$ 8,062.56$ E Fertilization Maintenance 3 -$ -$ 4,238.00$ 12,714.00$ -$ -$ 4,517.95$ 13,553.85$ 3,999.96$ 11,999.88$ F Pest Control 6 -$ -$ 400.00$ 2,400.00$ -$ -$ 181.57$ 1,089.42$ 902.30$ 5,413.80$ G Palm and Tree Trimming Maintenance 2 -$ -$ 2,700.00$ 5,400.00$ -$ -$ 6,040.00$ 12,080.00$ 5,264.82$ 10,529.64$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ 780.42$ 780.42$ 795.96$ 795.96$ K Perimeter Maintenance - 5 ft on both sides 12 -$ -$ 500.00$ 6,000.00$ -$ -$ 146.33$ 1,755.96$ 795.96$ 9,551.52$ -$ 84,280.00$ -$ 108,987.80$ 144,674.40$ 3 1 -$ -$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ -$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 3 -$ 84,630.00$ -$ 109,252.80$ 144,947.40$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 4 South County Water Reclamation Facility Berm 5600 Warren Street *Invoice must include neighboring residence's address numbers as reference points for the area of the Berm serviced. A Lawn Maintenance - *to include pine straw mulch 24 -$ -$ 570.00$ 13,680.00$ 640.00$ 15,360.00$ 519.70$ 12,472.85$ 3,443.40$ 82,641.60$ B Shrub/Hedge Maintenance 12 -$ -$ 1,091.00$ 13,092.00$ 1,536.00$ 18,432.00$ 2,257.43$ 27,089.16$ 1,823.71$ 21,884.52$ C Bush Hog and Brush Clearing 1 -$ -$ 150.00$ 150.00$ 500.00$ 500.00$ 585.31$ 585.31$ 340.03$ 340.03$ D Irrigation Maintenance 12 -$ -$ 490.00$ 5,880.00$ 720.00$ 8,640.00$ 143.33$ 1,719.96$ 671.88$ 8,062.56$ E Fertilization Maintenance 3 -$ -$ 700.00$ 2,100.00$ 1,780.00$ 5,340.00$ 985.95$ 2,957.85$ 1,854.22$ 5,562.66$ F Pest Control 6 -$ -$ 250.00$ 1,500.00$ 475.00$ 2,850.00$ 232.00$ 1,392.00$ 902.30$ 5,413.80$ G Palm and Tree Trimming Maintenance 2 -$ -$ 2,200.00$ 4,400.00$ 11,560.00$ 23,120.00$ 360.00$ 720.00$ 5,264.82$ 10,529.64$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ 4,500.00$ 4,500.00$ 390.21$ 390.21$ 636.77$ 636.77$ -$ 41,402.00$ 78,742.00$ 47,327.34$ 135,071.58$ 4 1 -$ -$ 65.00$ 65.00$ 52.00$ 52.00$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ 42.00$ 42.00$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ 35.00$ 35.00$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ 275.00$ 275.00$ 90.00$ 90.00$ 125.00$ 125.00$ -$ 350.00$ 404.00$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 4 -$ 41,752.00$ 79,146.00$ 47,592.34$ 135,344.58$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC SUBTOTAL FOR ITEM NUMBER 3 SUBTOTAL FOR ITEM NUMBER 4 Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) Technician Hourly Rate ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS 2 Page 5672 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 5 Eagle Lakes Park - 11573 Tamiami Trl E A Lawn Maintenance 24 -$ -$ 1,238.00$ 29,712.00$ -$ -$ 1,719.36$ 41,264.64$ 3,392.40$ 81,417.60$ B Shrub/Hedge Maintenance 12 -$ -$ 992.00$ 11,904.00$ -$ -$ 542.51$ 6,510.12$ 2,735.57$ 32,826.84$ C Bush Hog and Brush Clearing 1 -$ -$ 1,500.00$ 1,500.00$ -$ -$ 1,560.84$ 1,560.84$ 425.04$ 425.04$ D Irrigation Maintenance 12 -$ -$ 900.00$ 10,800.00$ -$ -$ 430.00$ 5,160.00$ 671.88$ 8,062.56$ E Fertilization Maintenance 3 -$ -$ 2,750.00$ 8,250.00$ -$ -$ 3,554.92$ 10,664.76$ 2,472.29$ 7,416.87$ F Pest Control 6 -$ -$ 250.00$ 1,500.00$ -$ -$ 10.08$ 60.48$ 902.30$ 5,413.80$ G Palm and Tree Trimming Maintenance 2 -$ -$ 970.00$ 1,940.00$ -$ -$ 1,160.00$ 2,320.00$ 20,621.88$ 41,243.76$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ 146.33$ 146.33$ 795.96$ 795.96$ -$ 66,206.00$ -$ 67,687.17$ 177,602.43$ 5 1 -$ -$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ -$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 5 -$ 66,556.00$ -$ 67,952.17$ 177,875.43$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 6 North County Water Reclamation Faclity 10500 Goodlette-Frank Rd N *See Site Images for special instructions. A Lawn Maintenance 24 -$ -$ 3,390.00$ 81,360.00$ -$ -$ 2,926.57$ 70,237.68$ 3,392.40$ 81,417.60$ B Shrub/Hedge Maintenance 12 -$ -$ 1,958.00$ 23,496.00$ -$ -$ 981.49$ 11,777.88$ 2,279.64$ 27,355.68$ C Bush Hog and Brush Clearing 1 -$ -$ 3,599.00$ 3,599.00$ -$ -$ 390.21$ 390.21$ 425.04$ 425.04$ D Irrigation Maintenance 12 -$ -$ 1,200.00$ 14,400.00$ -$ -$ 1,146.67$ 13,760.04$ 671.88$ 8,062.56$ E Fertilization Maintenance 3 -$ -$ 8,500.00$ 25,500.00$ -$ -$ 6,129.52$ 18,388.56$ 3,999.96$ 11,999.88$ F Pest Control 6 -$ -$ 650.00$ 3,900.00$ -$ -$ 100.87$ 605.22$ 902.30$ 5,413.80$ G Palm and Tree Trimming Maintenance 2 -$ -$ 2,000.00$ 4,000.00$ -$ -$ 3,400.00$ 6,800.00$ 2,871.72$ 5,743.44$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ 1,170.63$ 1,170.63$ 795.96$ 795.96$ K Perimeter Maintenance - see Special Instructions on Site Images 24 -$ -$ 440.00$ 10,560.00$ -$ -$ 487.76$ 11,706.24$ 795.96$ 19,103.04$ -$ 167,415.00$ -$ 134,836.46$ 160,317.00$ 6 1 -$ -$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ -$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 6 -$ 167,765.00$ -$ 135,101.46$ 160,590.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc. A&M Property Maintenance, LLC Duval Landscape Maintenance, LLC Supervisor Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate SUBTOTAL FOR ITEM NUMBER 6 Helper Hourly Rate ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL SUBTOTAL FOR ITEM NUMBER 5 Technician Hourly Rate Helper Hourly Rate Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC 3 Page 5673 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 7 Northeast Service Area (NESA) 1445 Oilwell Rd. A Lawn Maintenance 24 900.00$ 21,600.00$ 1,121.00$ 26,904.00$ -$ -$ 1,591.07$ 38,185.68$ 2,713.92$ 65,134.08$ B Shrub/Hedge Maintenance 12 200.00$ 2,400.00$ 500.00$ 6,000.00$ -$ -$ 981.49$ 11,777.88$ 1,823.71$ 21,884.52$ C Bush Hog and Brush Clearing 1 800.00$ 800.00$ 1,116.00$ 1,116.00$ -$ -$ 487.76$ 487.76$ 425.04$ 425.04$ D Irrigation Maintenance 12 200.00$ 2,400.00$ 290.00$ 3,480.00$ -$ -$ 573.33$ 6,879.96$ 368.04$ 4,416.48$ E Fertilization Maintenance 3 200.00$ 600.00$ 2,500.00$ 7,500.00$ -$ -$ 3,303.09$ 9,909.28$ 1,521.46$ 4,564.38$ F Pest Control 6 200.00$ 1,200.00$ 250.00$ 1,500.00$ -$ -$ 100.87$ 605.22$ 451.16$ 2,706.96$ G Palm and Tree Trimming Maintenance 2 2,000.00$ 4,000.00$ 350.00$ 700.00$ -$ -$ 1,840.00$ 3,680.00$ 1,148.69$ 2,297.38$ H Areca Palm Maintenance 1 1,500.00$ 1,500.00$ 600.00$ 600.00$ -$ -$ 390.21$ 390.21$ 636.77$ 636.77$ 34,500.00$ 47,800.00$ -$ 71,915.99$ 102,065.61$ 7 1 75.00$ 75.00$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 7 34,690.00$ 48,150.00$ -$ 72,180.99$ 102,338.61$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 8 Northeast Service Area (NESA) 4216 20th St. NE A Lawn Maintenance 26 1,500.00$ 39,000.00$ 3,979.00$ 103,454.00$ -$ -$ 2,926.57$ 76,090.82$ 4,496.91$ 116,919.66$ B Shrub/Hedge Maintenance 12 1,000.00$ 12,000.00$ 3,101.00$ 37,212.00$ -$ -$ 981.49$ 11,777.88$ 2,735.57$ 32,826.84$ C Bush Hog and Brush Clearing 26 1,500.00$ 39,000.00$ 7,200.00$ 187,200.00$ -$ -$ 2,438.81$ 63,409.06$ 2,125.20$ 55,255.20$ D Irrigation Maintenance 12 500.00$ 6,000.00$ 1,300.00$ 15,600.00$ -$ -$ 573.33$ 6,879.96$ 543.48$ 6,521.76$ K Perimeter Maintenance - 5 ft on both sides 26 1,000.00$ 26,000.00$ 440.00$ 11,440.00$ -$ -$ 1,170.63$ 30,436.38$ 3,979.80$ 103,474.80$ 122,000.00$ 354,906.00$ -$ 188,594.10$ 314,998.26$ 8 1 75.00$ 75.00$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 8 122,190.00$ 355,256.00$ -$ 188,859.10$ 315,271.26$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Supervisor Hourly Rate SUBTOTAL FOR ITEM NUMBER 7 Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL A&M Property Maintenance, LLC Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ITEM NUMBER 8 Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS 4 Page 5674 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 9 Golden Gate - 4931 32nd Ave SW A Lawn Maintenance 24 -$ -$ 1,753.00$ 42,072.00$ -$ -$ 1,060.88$ 25,461.12$ 2,713.92$ 65,134.08$ B Shrub/Hedge Maintenance 12 -$ -$ 500.00$ 6,000.00$ -$ -$ 1,915.86$ 22,990.32$ 1,367.78$ 16,413.36$ C Bush Hog and Brush Clearing 1 -$ -$ 150.00$ 150.00$ -$ -$ 1,560.84$ 1,560.84$ 425.04$ 425.04$ D Irrigation Maintenance 12 -$ -$ 724.00$ 8,688.00$ -$ -$ 430.00$ 5,160.00$ 368.04$ 4,416.48$ E Fertilization Maintenance 3 -$ -$ 4,850.00$ 14,550.00$ -$ -$ 2,430.17$ 7,290.51$ 1,072.88$ 3,218.64$ F Pest Control 6 -$ -$ 250.00$ 1,500.00$ -$ -$ 196.73$ 1,180.38$ 402.56$ 2,415.36$ G Palm and Tree Trimming Maintenance 2 -$ -$ 750.00$ 1,500.00$ -$ -$ 120.00$ 240.00$ 3,828.96$ 7,657.92$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ 146.33$ 146.33$ 636.77$ 636.77$ -$ 75,060.00$ -$ 64,029.50$ 100,317.65$ 9 1 -$ -$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ -$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 9 -$ 75,410.00$ -$ 64,294.50$ 100,590.65$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 10 Public Utilities Operations Center (PUOC) 4370 and 4220 Mercantile Avenue A Lawn Maintenance 24 375.00$ 9,000.00$ 275.00$ 6,600.00$ 510.00$ 12,240.00$ 182.91$ 4,389.84$ 678.48$ 16,283.52$ B Shrub/Hedge Maintenance 12 375.00$ 4,500.00$ 350.00$ 4,200.00$ 288.00$ 3,456.00$ 422.03$ 5,064.36$ 911.86$ 10,942.32$ F Pest Control 6 200.00$ 1,200.00$ 250.00$ 1,500.00$ 285.00$ 1,710.00$ 43.37$ 260.22$ 274.16$ 1,644.96$ 14,700.00$ 12,300.00$ 17,406.00$ 9,714.42$ 28,870.80$ 10 1 75.00$ 75.00$ 65.00$ 65.00$ 52.00$ 52.00$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ 42.00$ 42.00$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ 35.00$ 35.00$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ 275.00$ 275.00$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ 350.00$ 404.00$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 10 14,890.00$ 12,650.00$ 17,810.00$ 9,979.42$ 29,143.80$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. SUBTOTAL FOR ITEM NUMBER 9 Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC SUBTOTAL FOR ITEM NUMBER 10 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Supervisor Hourly Rate Technician Hourly Rate 5 Page 5675 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 11 Carica Booster - 7200 Goodlette Road A Lawn Maintenance 24 175.00$ 4,200.00$ 560.00$ 13,440.00$ 612.00$ 14,688.00$ 384.36$ 9,224.64$ 1,017.71$ 24,425.04$ B Shrub/Hedge Maintenance 12 75.00$ 900.00$ 792.00$ 9,504.00$ 544.00$ 6,528.00$ 225.73$ 2,708.76$ 911.86$ 10,942.32$ C Bush Hog and Brush Clearing 1 500.00$ 500.00$ 290.00$ 290.00$ 4,500.00$ 4,500.00$ 975.52$ 975.52$ 425.04$ 425.04$ K Perimeter Maintenance - 5 ft on both sides 12 175.00$ 2,100.00$ 400.00$ 4,800.00$ 544.00$ 6,528.00$ 292.66$ 3,511.92$ 397.98$ 4,775.76$ 7,700.00$ 28,034.00$ 32,244.00$ 16,420.84$ 40,568.16$ 11 1 75.00$ 75.00$ 65.00$ 65.00$ 52.00$ 52.00$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ 42.00$ 42.00$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ 35.00$ 35.00$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ 275.00$ 275.00$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ 350.00$ 404.00$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 11 7,890.00$ 28,384.00$ 32,648.00$ 16,685.84$ 40,841.16$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 12 ISLES OF CAPRI PUMP STATION 401 San Juan Ave & 920 Capri Blvd A Lawn Maintenance 24 200.00$ 4,800.00$ 258.00$ 6,192.00$ 321.00$ 7,704.00$ 311.19$ 7,468.56$ 1,017.71$ 24,425.04$ B Shrub/Hedge Maintenance 12 100.00$ 1,200.00$ 1,376.00$ 16,512.00$ 480.00$ 5,760.00$ 785.20$ 9,422.40$ 911.86$ 10,942.32$ K Perimeter Maintenance - 5 ft on both sides 12 200.00$ 2,400.00$ 350.00$ 4,200.00$ 480.00$ 5,760.00$ 146.33$ 1,755.96$ 397.98$ 4,775.76$ 8,400.00$ 26,904.00$ 19,224.00$ 18,646.92$ 40,143.12$ 12 1 75.00$ 75.00$ 65.00$ 65.00$ 52.00$ 52.00$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ 42.00$ 42.00$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ 35.00$ 35.00$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ 275.00$ 275.00$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ 350.00$ 404.00$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 12 8,590.00$ 27,254.00$ 19,628.00$ 18,911.92$ 40,416.12$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC Supervisor Hourly Rate Technician Hourly Rate SUBTOTAL FOR ITEM NUMBER 11 SUBTOTAL FOR ITEM NUMBER 12 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL 6 Page 5676 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 13 MANATEE REPUMP STATION - 1300 Manatee Road A Lawn Maintenance 24 300.00$ 7,200.00$ 250.00$ 6,000.00$ -$ -$ 365.82$ 8,779.68$ 1,017.72$ 24,425.28$ B Shrub/Hedge Maintenance 12 150.00$ 1,800.00$ 383.00$ 4,596.00$ -$ -$ 530.00$ 6,360.00$ 683.89$ 8,206.68$ C Bush Hog and Brush Clearing 1 250.00$ 250.00$ 280.00$ 280.00$ -$ -$ 292.66$ 292.66$ 425.04$ 425.04$ K Perimeter Maintenance - 5 ft on both sides 12 200.00$ 2,400.00$ 270.00$ 3,240.00$ -$ -$ 146.33$ 1,755.96$ 397.98$ 4,775.76$ 11,650.00$ 14,116.00$ -$ 17,188.30$ 37,832.76$ 13 1 75.00$ 75.00$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 13 11,840.00$ 14,466.00$ -$ 17,453.30$ 38,105.76$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 14 GOODLAND REPUMP STATION - 2559 San Marco Rd A Lawn Maintenance 24 150.00$ 3,600.00$ 150.00$ 3,600.00$ -$ -$ -$ -$ 678.48$ 16,283.52$ B Shrub/Hedge Maintenance 12 50.00$ 600.00$ 600.00$ 7,200.00$ -$ -$ -$ -$ 455.93$ 5,471.16$ K Perimeter Maintenance - 5 ft on both sides 12 100.00$ 1,200.00$ 290.00$ 3,480.00$ -$ -$ -$ -$ 238.79$ 2,865.48$ 5,400.00$ 14,280.00$ -$ -$ 24,620.16$ 14 1 75.00$ 75.00$ 65.00$ 65.00$ -$ -$ -$ -$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ -$ -$ -$ -$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ -$ -$ -$ -$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ -$ -$ 125.00$ 125.00$ 190.00$ 350.00$ -$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 14 5,590.00$ 14,630.00$ -$ -$ 24,893.16$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC SUBTOTAL FOR ITEM NUMBER 13 SUBTOTAL FOR ITEM NUMBER 14 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) A&M Property Maintenance, LLC Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS 7 Page 5677 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 15 RAW WATER BOOSTER STATION 841 7th Ave SW, Naples, FL A Lawn Maintenance 24 350.00$ 8,400.00$ 366.00$ 8,784.00$ -$ -$ -$ -$ 1,017.72$ 24,425.28$ B Shrub/Hedge Maintenance 12 250.00$ 3,000.00$ 359.00$ 4,308.00$ -$ -$ -$ -$ 683.89$ 8,206.68$ K Perimeter Maintenance - 5 ft on both sides 12 800.00$ 9,600.00$ 350.00$ 4,200.00$ -$ -$ -$ -$ 397.98$ 4,775.76$ 21,000.00$ 17,292.00$ -$ -$ 37,407.72$ 15 1 75.00$ 75.00$ 65.00$ 65.00$ -$ -$ -$ -$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ -$ -$ -$ -$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ -$ -$ -$ -$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ -$ -$ 125.00$ 125.00$ 190.00$ 350.00$ -$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 15 21,190.00$ 17,642.00$ -$ -$ 37,680.72$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 16 Northeast Recycling Drop-Off Center 825 39th Ave NE, Naples, FL 34120 A Lawn Maintenance 24 500.00$ 12,000.00$ 1,833.00$ 43,992.00$ -$ -$ 841.39$ 20,193.36$ 1,017.72$ 24,425.28$ B Shrub/Hedge Maintenance 12 300.00$ 3,600.00$ 1,200.00$ 14,400.00$ -$ -$ 3,925.97$ 47,111.64$ 911.86$ 10,942.32$ C Bush Hog and Brush Clearing 1 300.00$ 300.00$ 1,350.00$ 1,350.00$ -$ -$ 780.42$ 780.42$ 425.04$ 425.04$ D Irrigation Maintenance 12 350.00$ 4,200.00$ 916.00$ 10,992.00$ -$ -$ 430.00$ 5,160.00$ 411.90$ 4,942.80$ E Fertilization Maintenance 3 200.00$ 600.00$ 4,000.00$ 12,000.00$ -$ -$ 2,257.89$ 6,773.68$ 1,739.54$ 5,218.62$ F Pest Control 6 200.00$ 1,200.00$ 350.00$ 2,100.00$ -$ -$ 403.47$ 2,420.82$ 451.15$ 2,706.90$ G Palm and Tree Trimming Maintenance 2 2,000.00$ 4,000.00$ 760.00$ 1,520.00$ -$ -$ 746.67$ 1,493.34$ 2,871.72$ 5,743.44$ H Areca Palm Maintenance 1 1,500.00$ 1,500.00$ 600.00$ 600.00$ -$ -$ 292.66$ 292.66$ 636.77$ 636.77$ K Perimeter Maintenance - 2 ft on both sides 12 300.00$ 3,600.00$ 400.00$ 4,800.00$ -$ -$ 195.10$ 2,341.20$ 795.96$ 9,551.52$ 31,000.00$ 91,754.00$ -$ 86,567.12$ 64,592.69$ 16 1 75.00$ 75.00$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 16 31,190.00$ 92,104.00$ -$ 86,832.12$ 64,865.69$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Duval Landscape Maintenance, LLC A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC Helper Hourly Rate SUBTOTAL FOR ITEM NUMBER 16 Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ITEM NUMBER 15 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Supervisor Hourly Rate Technician Hourly Rate 8 Page 5678 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 17 Marco Island Recycling Drop-Off Center 990 Chalmer Dr., Marco Island, FL 34145 A Lawn Maintenance 24 -$ -$ 170.00$ 4,080.00$ -$ -$ -$ -$ 1,017.72$ 24,425.28$ B Shrub/Hedge Maintenance 12 -$ -$ 450.00$ 5,400.00$ -$ -$ -$ -$ 683.89$ 8,206.68$ C Bush Hog and Brush Clearing 1 -$ -$ 100.00$ 100.00$ -$ -$ -$ -$ 340.03$ 340.03$ D Irrigation Maintenance 12 -$ -$ 283.00$ 3,396.00$ -$ -$ -$ -$ 411.90$ 4,942.80$ E Fertilization Maintenance 3 -$ -$ 162.00$ 486.00$ -$ -$ -$ -$ 1,218.64$ 3,655.92$ F Pest Control 6 -$ -$ 150.00$ 900.00$ -$ -$ -$ -$ 451.15$ 2,706.90$ G Palm and Tree Trimming Maintenance 2 -$ -$ 390.00$ 780.00$ -$ -$ -$ -$ 2,297.38$ 4,594.76$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ -$ -$ 636.77$ 636.77$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ 100.00$ 1,200.00$ -$ -$ -$ -$ 636.77$ 7,641.24$ -$ 16,942.00$ -$ -$ 57,150.38$ 17 1 -$ -$ 65.00$ 65.00$ -$ -$ -$ -$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ -$ -$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ -$ -$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ -$ -$ 125.00$ 125.00$ -$ 350.00$ -$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 17 -$ 17,292.00$ -$ -$ 57,423.38$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 18 North Collier Recycling Drop-off Center 9950 Goodlette Frank Rd. N., Naples, FL 34109 A Lawn Maintenance 24 -$ -$ 300.00$ 7,200.00$ 228.00$ 5,472.00$ 182.91$ 4,389.84$ 678.48$ 16,283.52$ B Shrub/Hedge Maintenance 12 -$ -$ 375.00$ 4,500.00$ 261.00$ 3,132.00$ 598.72$ 7,184.64$ 455.93$ 5,471.16$ C Bush Hog and Brush Clearing 1 -$ -$ 100.00$ 100.00$ 400.00$ 400.00$ 292.66$ 292.66$ 212.52$ 212.52$ D Irrigation Maintenance 12 -$ -$ 300.00$ 3,600.00$ 85.00$ 1,020.00$ 215.00$ 2,580.00$ 280.32$ 3,363.84$ E Fertilization Maintenance 3 -$ -$ 1,000.00$ 3,000.00$ 332.00$ 996.00$ 462.94$ 1,388.81$ 927.11$ 2,781.33$ F Pest Control 6 -$ -$ 140.00$ 840.00$ 105.00$ 630.00$ 61.53$ 369.18$ 353.98$ 2,123.88$ G Palm and Tree Trimming Maintenance 2 -$ -$ 350.00$ 700.00$ 440.00$ 880.00$ 200.00$ 400.00$ 1,148.69$ 2,297.38$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ 25.00$ 25.00$ 97.55$ 97.55$ 318.38$ 318.38$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ 200.00$ 2,400.00$ 15.00$ 180.00$ 195.10$ 2,341.20$ 397.98$ 4,775.76$ -$ 22,940.00$ 12,735.00$ 19,043.88$ 37,627.77$ 18 1 -$ -$ 65.00$ 65.00$ 52.00$ 52.00$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ 42.00$ 42.00$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ 35.00$ 35.00$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ 275.00$ 275.00$ 90.00$ 90.00$ 125.00$ 125.00$ -$ 350.00$ 404.00$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 18 -$ 23,290.00$ 13,139.00$ 19,308.88$ 37,900.77$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC Superior Landscaping & Lawn Service Inc. SUBTOTAL FOR ITEM NUMBER 17 SUBTOTAL FOR ITEM NUMBER 18 Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc. A&M Property Maintenance, LLC ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate 9 Page 5679 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 19 Naples Recycling Drop-off Center 2640 Corporate Flight Dr., Naples, FL 34104 A Lawn Maintenance 24 -$ -$ 275.00$ 6,600.00$ -$ -$ 182.91$ 4,389.84$ 678.48$ 16,283.52$ B Shrub/Hedge Maintenance 12 -$ -$ 408.00$ 4,896.00$ -$ -$ 392.59$ 4,711.08$ 455.93$ 5,471.16$ C Bush Hog and Brush Clearing 1 -$ -$ 100.00$ 100.00$ -$ -$ 390.21$ 390.21$ 340.03$ 340.03$ D Irrigation Maintenance 12 -$ -$ 308.00$ 3,696.00$ -$ -$ 215.00$ 2,580.00$ 324.18$ 3,890.16$ E Fertilization Maintenance 3 -$ -$ 600.00$ 1,800.00$ -$ -$ 432.74$ 1,298.21$ 1,218.64$ 3,655.92$ F Pest Control 6 -$ -$ 230.00$ 1,380.00$ -$ -$ 40.35$ 242.10$ 402.56$ 2,415.36$ G Palm and Tree Trimming Maintenance 2 -$ -$ 360.00$ 720.00$ -$ -$ 326.67$ 653.34$ 1,435.86$ 2,871.72$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ 97.55$ 97.55$ 636.77$ 636.77$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ -$ -$ -$ -$ 146.33$ 1,755.96$ 636.77$ 7,641.24$ -$ 19,792.00$ -$ 16,118.29$ 43,205.88$ 19 1 -$ -$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ -$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 19 -$ 20,142.00$ -$ 16,383.29$ 43,478.88$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 20 Carnestown 31201 Tamiami Trail East A Lawn Maintenance 12 -$ -$ 399.00$ 4,788.00$ -$ -$ -$ -$ 678.48$ 8,141.76$ B Shrub/Hedge Maintenance 12 -$ -$ 250.00$ 3,000.00$ -$ -$ -$ -$ 455.93$ 5,471.16$ C Bush Hog and Brush Clearing 1 -$ -$ 300.00$ 300.00$ -$ -$ -$ -$ 340.03$ 340.03$ F Pest Control 6 -$ -$ 250.00$ 1,500.00$ -$ -$ -$ -$ 402.56$ 2,415.36$ G Palm and Tree Trimming Maintenance 2 -$ -$ 250.00$ 500.00$ -$ -$ -$ -$ 1,148.69$ 2,297.38$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ -$ -$ 636.77$ 636.77$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ 399.00$ 4,788.00$ -$ -$ -$ -$ 636.77$ 7,641.24$ -$ 15,476.00$ -$ -$ 26,943.70$ 20 1 -$ -$ 65.00$ 65.00$ -$ -$ -$ -$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ -$ -$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ -$ -$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ -$ -$ 125.00$ 125.00$ -$ 350.00$ -$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 20 -$ 15,826.00$ -$ -$ 27,216.70$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC NON-RESPONSIVE SUBTOTAL FOR ITEM NUMBER 19 SUBTOTAL FOR ITEM NUMBER 20 Duval Landscape Maintenance, LLC ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Supervisor Hourly Rate Technician Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) Helper Hourly Rate Technician Hourly Rate Helper Hourly Rate 10 Page 5680 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 21 Collier County Landfill - 3730 White Lake Blvd. 21.1 Entrance and scalehouse area A Lawn Maintenance 24 -$ -$ 440.00$ 10,560.00$ -$ -$ -$ -$ 2,035.44$ 48,850.56$ B Shrub/Hedge Maintenance 12 -$ -$ 250.00$ 3,000.00$ -$ -$ -$ -$ 1,367.78$ 16,413.36$ C Bush Hog and Brush Clearing 1 -$ -$ 250.00$ 250.00$ -$ -$ -$ -$ 425.04$ 425.04$ D Irrigation Maintenance 12 -$ -$ 400.00$ 4,800.00$ -$ -$ -$ -$ 368.04$ 4,416.48$ E Fertilization Maintenance 3 -$ -$ 1,500.00$ 4,500.00$ -$ -$ -$ -$ 1,072.88$ 3,218.64$ F Pest Control 6 -$ -$ 200.00$ 1,200.00$ -$ -$ -$ -$ 402.56$ 2,415.36$ G Palm and Tree Trimming Maintenance 2 -$ -$ 200.00$ 400.00$ -$ -$ -$ -$ 1,148.69$ 2,297.38$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ -$ -$ 636.77$ 636.77$ 21.2 White Lake Blvd. A Lawn Maintenance 12 -$ -$ 370.00$ 4,440.00$ -$ -$ -$ -$ 1,696.20$ 20,354.40$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ 300.00$ 3,600.00$ -$ -$ -$ -$ 636.77$ 7,641.24$ 21.3 Deep Injection Well Site A Lawn Maintenance 24 -$ -$ 312.00$ 7,488.00$ -$ -$ -$ -$ 508.86$ 12,212.64$ C Bush Hog and Brush Clearing 1 -$ -$ 250.00$ 250.00$ -$ -$ -$ -$ 425.04$ 425.04$ E Fertilization Maintenance 3 -$ -$ 550.00$ 1,650.00$ -$ -$ -$ -$ 400.20$ 1,200.60$ F Pest Control 6 -$ -$ 300.00$ 1,800.00$ -$ -$ -$ -$ 176.99$ 1,061.94$ G Palm and Tree Trimming Maintenance 2 -$ -$ 176.00$ 352.00$ -$ -$ -$ -$ 574.35$ 1,148.70$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ 200.00$ 2,400.00$ -$ -$ -$ -$ 636.77$ 7,641.24$ 21.4 Resource Recovery Business Park (RRBP) Site A Lawn Maintenance 24 -$ -$ 575.00$ 13,800.00$ -$ -$ -$ -$ 2,035.44$ 48,850.56$ C Bush Hog and Brush Clearing 4 -$ -$ 4,200.00$ 16,800.00$ -$ -$ -$ -$ 340.03$ 1,360.12$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ 400.00$ 4,800.00$ -$ -$ -$ -$ 636.77$ 7,641.24$ -$ 82,690.00$ -$ -$ 188,211.31$ 21 1 -$ -$ 65.00$ 65.00$ -$ -$ -$ -$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ -$ -$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ -$ -$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ -$ -$ 125.00$ 125.00$ -$ 350.00$ -$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 21 -$ 83,040.00$ -$ -$ 188,484.31$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Duval Landscape Maintenance, LLCA&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Supervisor Hourly Rate SUBTOTAL FOR ITEM NUMBER 21 Technician Hourly Rate Helper Hourly Rate SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) 11 Page 5681 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 22 Immokalee Landfill - 700 Stockade Rd. A Lawn Maintenance 24 2,200.00$ 52,800.00$ 295.00$ 7,080.00$ -$ -$ 658.48$ 15,803.52$ 2,713.92$ 65,134.08$ B Shrub/Hedge Maintenance 12 800.00$ 9,600.00$ 360.00$ 4,320.00$ -$ -$ 392.59$ 4,711.08$ 683.89$ 8,206.68$ C Bush Hog and Brush Clearing 1 1,000.00$ 1,000.00$ 400.00$ 400.00$ -$ -$ 243.88$ 243.88$ 340.03$ 340.03$ D Irrigation Maintenance 12 250.00$ 3,000.00$ 475.00$ 5,700.00$ -$ -$ 215.00$ 2,580.00$ 324.18$ 3,890.16$ E Fertilization Maintenance 3 200.00$ 600.00$ 1,200.00$ 3,600.00$ -$ -$ 1,399.13$ 4,197.39$ 1,218.64$ 3,655.92$ F Pest Control 6 200.00$ 1,200.00$ 300.00$ 1,800.00$ -$ -$ 40.35$ 242.10$ 402.56$ 2,415.36$ G Palm and Tree Trimming Maintenance 2 2,000.00$ 4,000.00$ 650.00$ 1,300.00$ -$ -$ 160.00$ 320.00$ 1,435.86$ 2,871.72$ H Areca Palm Maintenance 1 2,000.00$ 2,000.00$ 600.00$ 600.00$ -$ -$ 97.55$ 97.55$ 636.77$ 636.77$ K Perimeter Maintenance - 2 ft on both sides 12 3,000.00$ 36,000.00$ 350.00$ 4,200.00$ -$ -$ 146.33$ 1,755.96$ 636.77$ 7,641.24$ 110,200.00$ 29,000.00$ -$ 29,951.48$ 94,791.96$ 22 1 75.00$ 75.00$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 22 110,390.00$ 29,350.00$ -$ 30,216.48$ 95,064.96$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 23 Eustis Landfill - Part of 1060 Sanitation Rd. A Lawn Maintenance 12 4,000.00$ 48,000.00$ -$ -$ -$ -$ -$ -$ 1,356.96$ 16,283.52$ C Bush Hog and Brush Clearing 1 3,000.00$ 3,000.00$ -$ -$ -$ -$ -$ -$ 340.03$ 340.03$ K Perimeter Maintenance - 2 ft on both sides 12 1,000.00$ 12,000.00$ -$ -$ -$ -$ -$ -$ 636.77$ 7,641.24$ 63,000.00$ -$ -$ -$ 24,264.79$ 23 1 75.00$ 75.00$ -$ -$ -$ -$ -$ -$ 65.00$ 65.00$ 1 65.00$ 65.00$ -$ -$ -$ -$ -$ -$ 45.00$ 45.00$ 1 50.00$ 50.00$ -$ -$ -$ -$ -$ -$ 38.00$ 38.00$ 1 -$ -$ -$ -$ -$ -$ -$ -$ 125.00$ 125.00$ 190.00$ -$ -$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 23 63,190.00$ -$ -$ -$ 24,537.79$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Mainscape, Inc.Superior Landscaping & Lawn Service Inc. ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Supervisor Hourly Rate Ground Zero Landscaping Services Inc. Technician Hourly Rate Helper Hourly Rate SUBTOTAL FOR ITEM NUMBER 22 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL SUBTOTAL FOR ITEM NUMBER 23 Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate 12 Page 5682 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 24 Golden Gate Water Plant 4300 Golden Gate Parkway A Lawn Maintenance 24 -$ -$ -$ -$ -$ -$ 182.91$ 4,389.84$ 1,696.20$ 40,708.80$ B Shrub/Hedge Maintenance 3 -$ -$ -$ -$ -$ -$ 392.59$ 1,177.77$ 911.86$ 2,735.58$ C Bush Hog and Brush Clearing 12 -$ -$ -$ -$ -$ -$ 243.88$ 2,926.56$ 340.03$ 4,080.36$ D Irrigation Maintenance 1 -$ -$ -$ -$ -$ -$ 215.00$ 215.00$ 324.18$ 324.18$ E Fertilization Maintenance 3 -$ -$ -$ -$ -$ -$ 432.74$ 1,298.21$ 1,218.64$ 3,655.92$ F Pest Control 6 -$ -$ -$ -$ -$ -$ 40.35$ 242.10$ 402.56$ 2,415.36$ G Palm and Tree Trimming Maintenance 2 -$ -$ -$ -$ -$ -$ 66.67$ 133.34$ 1,435.86$ 2,871.72$ H Areca Palm Maintenance 1 -$ -$ -$ -$ -$ -$ 97.55$ 97.55$ 636.77$ 636.77$ K Perimeter Maintenance - 5 ft on both sides 12 -$ -$ -$ -$ -$ -$ 146.33$ 1,755.96$ 636.77$ 7,641.24$ -$ -$ -$ 12,236.33$ 65,069.93$ 24 1 -$ -$ -$ -$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ -$ -$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ -$ -$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ -$ -$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ -$ -$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 24 -$ -$ -$ 12,501.33$ 65,342.93$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 25 Green Blvd. Water Station 4781 Green Blvd. A Lawn Maintenance 24 400.00$ 9,600.00$ -$ -$ -$ -$ 182.91$ 4,389.84$ 1,017.72$ 24,425.28$ B Shrub/Hedge Maintenance 12 250.00$ 3,000.00$ -$ -$ -$ -$ 588.90$ 7,066.80$ 683.89$ 8,206.68$ C Bush Hog and Brush Clearing 1 500.00$ 500.00$ -$ -$ -$ -$ 243.88$ 243.88$ 340.03$ 340.03$ K Perimeter Maintenance - 5 ft on both sides 12 250.00$ 3,000.00$ -$ -$ -$ -$ 146.33$ 1,755.96$ 397.98$ 4,775.76$ 16,100.00$ -$ -$ 13,456.48$ 37,747.75$ 25 1 75.00$ 75.00$ -$ -$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ -$ -$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ -$ -$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ -$ -$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ -$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 25 16,290.00$ -$ -$ 13,721.48$ 38,020.75$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC SUBTOTAL FOR ITEM NUMBER 25 SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ITEM NUMBER 24 Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) 13 Page 5683 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 26 Pelican Marsh Pump Station 1509 Pelican Marsh Blvd. A Lawn Maintenance 36 -$ -$ -$ -$ 192.00$ 6,912.00$ -$ -$ 678.48$ 24,425.28$ -$ -$ 6,912.00$ -$ 24,425.28$ 26 1 -$ -$ -$ -$ 52.00$ 52.00$ -$ -$ 65.00$ 65.00$ 1 -$ -$ -$ -$ 42.00$ 42.00$ -$ -$ 45.00$ 45.00$ 1 -$ -$ -$ -$ 35.00$ 35.00$ -$ -$ 38.00$ 38.00$ 1 -$ -$ -$ -$ 275.00$ 275.00$ -$ -$ 125.00$ 125.00$ -$ -$ 404.00$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 26 -$ -$ 7,316.00$ -$ 24,698.28$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 27 Livingston Road Wells - (currently 7 sites; similar sized sites may be added for the same service fee) 15390, 15430, 15508, 15592, 15632, 15664, and 15694 Livingston RD A Lawn Maintenance 36 -$ -$ -$ -$ 290.00$ 10,440.00$ -$ -$ 1,356.98$ 48,851.28$ -$ -$ 10,440.00$ -$ 48,851.28$ 27 1 -$ -$ -$ -$ 52.00$ 52.00$ -$ -$ 65.00$ 65.00$ 1 -$ -$ -$ -$ 42.00$ 42.00$ -$ -$ 45.00$ 45.00$ 1 -$ -$ -$ -$ 35.00$ 35.00$ -$ -$ 38.00$ 38.00$ 1 -$ -$ -$ -$ 275.00$ 275.00$ -$ -$ 125.00$ 125.00$ -$ -$ 404.00$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 27 -$ -$ 10,844.00$ -$ 49,124.28$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Duval Landscape Maintenance, LLC SUBTOTAL FOR ITEM NUMBER 27 Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ITEM NUMBER 26 SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) 14 Page 5684 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 28 Livingston Road ASR , 15694 Livingston RD A Lawn Maintenance 36 500.00$ 18,000.00$ -$ -$ 214.00$ 7,704.00$ -$ -$ 2,035.44$ 73,275.84$ B Shrub/Hedge Maintenance 12 300.00$ 3,600.00$ -$ -$ 192.00$ 2,304.00$ -$ -$ 1,139.82$ 13,677.84$ D Irrigation Maintenance 12 300.00$ 3,600.00$ -$ -$ 55.00$ 660.00$ -$ -$ 368.04$ 4,416.48$ E Fertilization Maintenance 3 200.00$ 600.00$ -$ -$ 180.00$ 540.00$ -$ -$ 1,218.64$ 3,655.92$ F Pest Control 6 200.00$ 1,200.00$ -$ -$ 135.00$ 810.00$ -$ -$ 402.56$ 2,415.36$ G Palm and Tree Trimming Maintenance 18 400.00$ 7,200.00$ -$ -$ 250.00$ 4,500.00$ -$ -$ 1,010.42$ 18,187.56$ 34,200.00$ -$ 16,518.00$ -$ 115,629.00$ 28 1 75.00$ 75.00$ -$ -$ 52.00$ 52.00$ -$ -$ 65.00$ 65.00$ 1 65.00$ 65.00$ -$ -$ 42.00$ 42.00$ -$ -$ 45.00$ 45.00$ 1 50.00$ 50.00$ -$ -$ 35.00$ 35.00$ -$ -$ 38.00$ 38.00$ 1 -$ -$ -$ -$ 275.00$ 275.00$ -$ -$ 125.00$ 125.00$ 190.00$ -$ 404.00$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 28 34,390.00$ -$ 16,922.00$ -$ 115,902.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 29 Wastewater Collections Sites - (currently 29 sites; similar sized sites may be added for the same service fees.) A Lawn Maintenance 24 -$ -$ -$ -$ 2,430.00$ 58,320.00$ -$ -$ 3,392.40$ 81,417.60$ B Shrub/Hedge Maintenance 12 -$ -$ -$ -$ 1,428.00$ 17,136.00$ -$ -$ 2,279.64$ 27,355.68$ C Bush Hog and Brush Clearing 1 -$ -$ -$ -$ 1,200.00$ 1,200.00$ -$ -$ 1,275.12$ 1,275.12$ D Irrigation Maintenance 12 -$ -$ -$ -$ 320.00$ 3,840.00$ -$ -$ 607.68$ 7,292.16$ E Fertilization Maintenance 3 -$ -$ -$ -$ 900.00$ 2,700.00$ -$ -$ 3,708.44$ 11,125.32$ F Pest Control 6 -$ -$ -$ -$ 350.00$ 2,100.00$ -$ -$ 1,030.70$ 6,184.20$ G Palm and Tree Trimming Maintenance 2 -$ -$ -$ -$ 825.00$ 1,650.00$ -$ -$ 5,743.44$ 11,486.88$ H Areca Palm Maintenance 1 -$ -$ -$ -$ 778.00$ 778.00$ -$ -$ 795.96$ 795.96$ K Perimeter Maintenance - 2 ft on both sides 2 -$ -$ -$ -$ 1,250.00$ 2,500.00$ -$ -$ 795.96$ 1,591.92$ -$ -$ 90,224.00$ -$ 148,524.84$ 29 1 -$ -$ -$ -$ 52.00$ 52.00$ -$ -$ 65.00$ 65.00$ 1 -$ -$ -$ -$ 42.00$ 42.00$ -$ -$ 45.00$ 45.00$ 1 -$ -$ -$ -$ 35.00$ 35.00$ -$ -$ 38.00$ 38.00$ 1 -$ -$ -$ -$ 275.00$ 275.00$ -$ -$ 125.00$ 125.00$ -$ -$ 404.00$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 29 -$ -$ 90,628.00$ -$ 148,797.84$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL SUBTOTAL FOR ITEM NUMBER 29 SUBTOTAL FOR ITEM NUMBER 28 Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Supervisor Hourly Rate 15 Page 5685 of 10663 Yes/No Yes/No Yes/No Yes/No Yes/No Yes Yes Yes Yes Yes Yes Yes *Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes * Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes*Yes*Yes*Yes*Yes Barbara Lance Matthew Webster 11-Jun-24 Witnessed By: Date: REQUIRED FORMS AND DOCUMENTS Bid Schedule Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Affidavit Form 3: Immigration Affidavit Certification Insurance and Bonding Requirements License Form 4: Reference Questionnaire Addendum (2) * Minor Irregularity E-Verify Sunbiz Page Vendor W-9 Grant Forms Bid Opened By: 16 Page 5686 of 10663 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR LANDSCAPING MAINTENANCE FOR PUBLIC UTILITIES FACILITIES SOLICITATION NO.: 24-8242 BARBARA LANCE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8998 Barbara.Lance@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Bidder may be grounds for rejection of the bid, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 5687 of 10663 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 24-8242 PROJECT TITLE: LANDSCAPING MAINTENANCE FOR PUBLIC UTILITIES FACILITIES DUE DATE: MAY 28, 2024, AT 3:00 PM EST PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: www.procurement.opengov.com/. INTRODUCTION As requested by the Public Utilities Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specificat ions or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $600,000; however, this may not be indicative of future buying patterns. BACKGROUND Collier County Public Utilities Department is responsible for the landscape maintenance of the Public Utilities’ site propert ies and any Right-of-Way adjacent to the site. The required work is both inside and outside of facility fence lines at each of the sites identified and for as-needed landscaping work throughout the County. The work includes various landscape related services such as mowing, weeding, tree and bush trimming and replacement, irrigation maintenance and repairs, fertilizing and weed control, and other services quoted by the hour. FEMA funding may be used, in part, in support of this service and the vendor must comply with all FEMA grant requirements for any such work. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in ef fect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows: ➢ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. Page 5688 of 10663 ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Lowest Total Bid per County Location (Item Number) ➢ Collier County reserves the right to select one, or more than one supplier, award on a line-item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Identify a Primary and Secondary Awardee per County Location (Item Number) o Should the Primary Contractor not be able to provide the services within the time period or is unable to perform the normal or urgent requests, the Division reserves its rights to move to the Secondary as necessary. The County reserves the right to seek services outside of the contract if the Primary and Secondary are unable to perform. ➢ The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation . DETAILED SCOPE OF WORK Vendors may bid on one or all County locations that are assigned an Item Number for bidding purposes. Please refer to the Bid Schedule and additional attachments to this solicitation for each County location’s (Item Number) specific service needs. It is the vendors’ responsibility to thoroughly review each location size and requirements prior to bidding. The County will not accept requests for price increases due to the vendor’s failure to review the sites and bid appropriately. Vendor(s) must have a Florida Department of Agriculture & Consumer Services (FDACS) Limited Certification for Urban Landscape Commercial Fertilizer and must be submitted with the bid or prior to the Notice of Recommended Award and be maintained throughout the term of the awarded Contract. Vendor and employees shall follow American National Standards Institute (ANSI) standards wherever applicable. Pricing for each type of service shall be inclusive of all labor, equipment, materials, fuel, travel related expenses, and debris disposal to perform the service at each County location. County locations may request an itemized receipt for services rendered upon completion of each service call. The County loca tion representative shall establish this requirement in writing and obtain the vendor’s acknowledgement in writing at least three (3) days prior to the next service call. Failure to provide the itemized service receipt at each service call, once agreed to, may del ay the vendor’s payment. Vendor shall stop work and notify County location representative immediately upon neighbor resident complaints. County representative will provide further guidance to the vendor. Services for each County location under the awarded contract may include, but not be limited to (note: Bidder shall reference specific requirements that may be noted on the Bid Schedule for certain locations): 1.0 SERVICE ITEM: A. LAWN MAINTENANCE SERVICE • Minimum frequency twice per month per location. • Debris and litter removal upon arriving at the County location. • Report illegal dumping immediately to the County location Representative . • No mowing when weather conditions would result in turf damage . • Mowing heights shall be maintained between 2.5 inches and 4 inches . • Pond mowing shall be to the highest water line under normal weather conditions. • Grass clippings shall be blown away from mulched landscaping and not blown into roadways or storm drains . • Edging shall be performed using only a hard edger. • Weed eating shall only be performed using a string trimmer. No weed eating around trees or inside landscaping beds. • Manually pull all visible weeds taller than 2 inches within landscape beds. • Proper herbicides shall be used around trees, structures, and in landscape beds. • Areas sprayed with herbicides shall be minimized to an area that allows mowing as close as possible to limit unsightly dead zones. • Tree suckers shall be removed as they grow using proper ANSI tree care practices. • Tree/Palm canopy shall be maintained at 9 feet for pedestrian traffic and 14 feet for vehicular traffic. • Keep tree canopy floor free of dead fronds, limbs, and debris. Page 5689 of 10663 • Vine trimming or removal as needed. • Hardscaping (i.e., deco-concrete, walkways, asphalt) shall be sprayed with appropriate herbicide and blown clear. • Mulch replacement (where applicable) in October (must be replaced with the exact product unless approved in writing by the County). B. SHRUB/HEDGE MAINTENANCE • Minimum frequency once per month. • Trim and weed per industry standards to the height designated by the County location. C. BUSH HOGGING AND BRUSH CLEARING • Minimum frequency once per month during high growth season or as requested by the County location. • May include retainer ponds. D. IRRIGATION MAINTENANCE SERVICE • Minimum frequency once per month. • Inspect and repair as needed to ensure proper function. • Materials under $250.00 shall be included in Irrigation Maintenance Service. • Material repairs exceeding $250.00 and/or exceeding four (4) hours of labor time shall follow the Additional Service Requests procedure below, found in Section 2.0 Time & Material Requests. • Replacement sprinkler equipment shall be replaced with the same brand being removed, unless written approval to change brands is received from the County location. • Warranty for material and workmanship is for a period of one (1) year. E. FERTILIZATION MAINTENANCE SERVICE • Frequency shall be three (3) times annually in February, April, and October for turf, shrubs, and non -sabal palms. • All fertilizer applications shall conform to standards set in the Florida Friendly Best Management Practices for Protection of Water Resources by the Green Industries. • Turf shall receive weed and feed application containing atrazine, and 50% slow -release nitrogen and potassium in February. • Turf shall receive fertilizer with at least 75% slow-release nitrogen, 0% phosphorous, 15% potassium (no muriate of potash), and 1% sulfur and magnesium in April and October. Rate of application: one (1) pound of actual nitrogen per 1,000 square feet. • Non-sabal palms shall receive 8-2-12 palm fertilizer at a rate of 1.5 pounds of fertilizer per 1,000 square feet of palm canopy in the active palm root zone. F. PEST CONTROL • Frequency shall be as needed, with monthly inspection of the property. • Pest control shall be applied by a Florida Certified Pest Control Operator certified in Lawn and Ornamental Pest Control, at a minimum, and under the supervision of a Florida Department of Agriculture and Consumer Services (FDACS) licensed business. • Pest control shall follow the Time and Material procedure below, found in Section 2.0. G. PALM AND TREE TRIMMING MAINTENANCE SERVICES • Palm trimming (excludes arecas and saw palmettos) minimum frequency shall be twice per year in March and September. • Tree trimming minimum frequency shall be once per year in March. • Vendor shall have and maintain throughout the term of the awarded contract, a Collier County Tree Trimming License. • Vendor employees performing this service shall have at least a Collier County Tree Trimming Certificate while performing the work. • Vendor shall not remove more than 25% of the individual tree canopy at one time without prior written approval from the County location representative. • Keep tree canopy floor free of dead fronds, limbs, and debris. • Proper pruning of trees for hurricane preparation (may require licensed arborist to be quoted as time and material if not on staff). • Vines that threaten the health of a tree shall be removed. H. ARECA PALM MAINTENANCE SERVICES • Frequency is as requested by the County location representative. • Price shall be per 100 linear feet, average height of twenty (20) feet. Page 5690 of 10663 • Remove all loose dead palm fronds both on the ground and inside the palm. • Remove all miscellaneous debris on the ground including rocks, leaves, and other debris. • Lift the exterior fronds on the arecas to five (5) feet. I. BODY OF WATER CLEANING • Frequency is as requested by the County location representative. • The Time and Material procedure below, found in Section 2.0, shall be followed. • Work may include debris cleanup, trash cleanup, aquatic vegetation removal, and nuisance vegetation removal. • Vendor shall provide a quote to the requesting County location representative. The County location representative must approve the quote prior to any work being completed. • The County location representative must provide written approval of satisfaction prior to invoice payment. J. SEAGRAPE TRIMMING • Frequency is as requested by County location representative. • The Time and Material procedure below, found in Section 2.0 shall be followed. • Vendor shall provide a quote to the requesting County location representative. The County location representative must approve the quote prior to any work being completed. • The County location representative must provide written approval of satisfaction prior to invoice payment. • Trim uniformly and evenly. • Keep trimmed back two (2) feet from roadway line. K. PERIMETER MAINTENANCE • Frequency is monthly. • Area 5 ft or 2 ft (as determined by Location) on both sides of a fence, shall be neatly maintained, to include trash removal, trimming or removal of tree, vines, weeds, and shrubs as required by the County location. • Applicable items listed in Section A. Lawn Maintenance Service shall also be performed within the perimeter area. • Disposal of all debris shall be the responsibility of the Vendor. 2.0 ADDITIONAL SERVICE REQUESTS: • County locations may request an additional service within their location’s Fee Schedule item list and be performed at any time. The request must be made in writing to the Vendor. The Vendor shall charge the same rate for additional Fee Schedule services. • Time & Material Requests: Additional services shall be quoted at the awarded hourly rate(s) and appropriate markups. The quote shall be provided in writing within three (3) days from the County request. Work shall begin within three (3) days after the County issues a Purchase Order. Work shall be completed per the agreed time. Additional time may be approved in writing by the County. o Florida International Society of Arboriculture (ISA) Certified Arborist : ▪ Provide Florida ISA certified arborist services to review the condition and health of trees. Services to include site visit and written recommendation concerning the viability and health of trees reviewed in relation to existing and proposed infrastructure. This service may be subcontracted and shall fall under Time & Material Requests o The Vendor may markup the following items when quoting services outside of Fee Schedule line -item list: ▪ Material (including plants, trees, sod, mulch): 10%, Receipts for all material items with an individual price of $250.00 must be included with invoice submittal. ▪ Rental equipment: 10%, Receipts for all rental equipment showing actual cost must be submitted with invoice. ▪ Subcontractor: 10%, A copy of the Subcontractor invoice must be submitted with the Vendor’s invoice. 3.0 MISCELLANEOUS ITEMS: DEBRIS REMOVAL • All landscape debris, trash, and litter must be removed from the County premises after each service and disposed of appropriately at the permitted debris disposal site. • All awarded Vendors may be requested, by any Department of the County, to assist with debris cleanup after an urgent event, such as a hurricane, has occurred. Urgent Request procedure shall be followed. Vendor shall provide appropriate, signed time sheets to assist with FEMA reimbursement submissions. Page 5691 of 10663 URGENT REQUESTS • An urgent request shall be any request from the County outside of the hours of 6:00 am – 6:00 pm or when immediate (within 2 hours) response is needed. Additional time may be approved in writing by the County. • All urgent requests shall be Time and Material and labor shall be invoiced at 1.5 times the hourly rate with a minimum of two hours. Signed employee time sheets may be required. • The requesting County location must approve, in writing, the hours worked by the Vendor for urgent requests. • The Vendor shall only charge for hours at the County location. Travel related expenses shall not apply. DAMAGES • Any damages caused by the negligence of the Vendor shall be the responsibility of the Vendor. • The Vendor shall have twenty-four (24) hours from the time the damage happened or from the request of the County location representative to fix the damage to the satisfaction of the County location. The Vendor’s final invoice may be reduced by the repair amount if the County must fix the damage. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last five (5) years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexit y of this project using Form 5 provided in OpenGov as part of the Required Forms. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. Page 5692 of 10663 Project Manager: Donna Deeter Number of Bids Sent 1,861 Procurement Strategist: Barbara Lance Number of Bids Viewed:642 Number of Bids Received:5 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 1 South County Regional Water Treatment Facility 3851 City Gate Dr., Naples, FL 34117 A Lawn Maintenance 52 -$ -$ 1,450.00$ 75,400.00$ -$ -$ 1,628.15$ 84,663.80$ 3,392.40$ 176,404.80$ B Shrub/Hedge Maintenance 12 -$ -$ 2,250.00$ 27,000.00$ -$ -$ 1,238.64$ 14,863.68$ 2,279.64$ 27,355.68$ E Fertilization Maintenance 3 -$ -$ 3,965.00$ 11,895.00$ -$ -$ 3,456.51$ 10,369.53$ 3,999.96$ 11,999.88$ F Pest Control 6 -$ -$ 350.00$ 2,100.00$ -$ -$ 127.15$ 762.90$ 999.48$ 5,996.88$ G Palm and Tree Trimming Maintenance 2 -$ -$ 8,000.00$ 16,000.00$ -$ -$ 5,613.34$ 11,226.67$ 5,264.82$ 10,529.64$ -$ 132,395.00$ -$ 121,886.58$ 232,286.88$ 1 1 -$ -$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS -$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 1 -$ 132,745.00$ -$ 122,151.58$ 232,559.88$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 2 North Collier Regional Water Treatment Plant 8005 & 8205 Vanderbilt Beach Rd Ext, Naples A Lawn Maintenance 24 -$ -$ 649.00$ 15,576.00$ -$ -$ 292.66$ 7,023.84$ 2,713.92$ 65,134.08$ B Shrub/Hedge Maintenance 12 -$ -$ 695.00$ 8,340.00$ -$ -$ 1,766.69$ 21,200.28$ 1,823.71$ 21,884.52$ C Bush Hog and Brush Clearing 1 -$ -$ 155.00$ 155.00$ -$ -$ 1,170.63$ 1,170.63$ 340.03$ 340.03$ D Irrigation Maintenance 12 -$ -$ 350.00$ 4,200.00$ -$ -$ 215.00$ 2,580.00$ 368.04$ 4,416.48$ E Fertilization Maintenance 3 -$ -$ 1,333.00$ 3,999.00$ -$ -$ 838.24$ 2,514.71$ 1,854.22$ 5,562.66$ F Pest Control 6 -$ -$ 250.00$ 1,500.00$ -$ -$ 181.57$ 1,089.42$ 451.15$ 2,706.90$ G Palm and Tree Trimming Maintenance 2 -$ -$ 988.00$ 1,976.00$ -$ -$ 1,120.00$ 2,240.00$ 2,871.72$ 5,743.44$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ 780.42$ 780.42$ 636.77$ 636.77$ -$ 36,346.00$ -$ 38,599.30$ 106,424.88$ 2 1 -$ -$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ -$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 2 -$ 36,696.00$ -$ 38,864.30$ 106,697.88$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc.A&M Property Maintenance, LLC Duval Landscape Maintenance, LLC SUBTOTAL FOR ITEM NUMBER 2 Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL SUBTOTAL FOR ITEM NUMBER 1 SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS * Indicates special instructions for specific location. ** Estimated quantity is for bidding purposes only.A&M Property Maintenance, LLC Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) Duval Landscape Maintenance, LLC Primary Secondary No Bid Bid Tabulation 24-8242 Landscaping Maintenance for Public Utilities Facilities 1 Page 5693 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 3 South County Water Reclamation Facility 5600 Warren Street A Lawn Maintenance 24 -$ -$ 1,430.00$ 34,320.00$ -$ -$ 2,103.22$ 50,477.28$ 3,053.16$ 73,275.84$ B Shrub/Hedge Maintenance 12 -$ -$ 869.00$ 10,428.00$ -$ -$ 1,766.69$ 21,200.28$ 2,051.68$ 24,620.16$ C Bush Hog and Brush Clearing 1 -$ -$ 1,450.00$ 1,450.00$ -$ -$ 1,170.63$ 1,170.63$ 425.04$ 425.04$ D Irrigation Maintenance 12 -$ -$ 914.00$ 10,968.00$ -$ -$ 573.33$ 6,879.96$ 671.88$ 8,062.56$ E Fertilization Maintenance 3 -$ -$ 4,238.00$ 12,714.00$ -$ -$ 4,517.95$ 13,553.85$ 3,999.96$ 11,999.88$ F Pest Control 6 -$ -$ 400.00$ 2,400.00$ -$ -$ 181.57$ 1,089.42$ 902.30$ 5,413.80$ G Palm and Tree Trimming Maintenance 2 -$ -$ 2,700.00$ 5,400.00$ -$ -$ 6,040.00$ 12,080.00$ 5,264.82$ 10,529.64$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ 780.42$ 780.42$ 795.96$ 795.96$ K Perimeter Maintenance - 5 ft on both sides 12 -$ -$ 500.00$ 6,000.00$ -$ -$ 146.33$ 1,755.96$ 795.96$ 9,551.52$ -$ 84,280.00$ -$ 108,987.80$ 144,674.40$ 3 1 -$ -$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ -$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 3 -$ 84,630.00$ -$ 109,252.80$ 144,947.40$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 4 South County Water Reclamation Facility Berm 5600 Warren Street *Invoice must include neighboring residence's address numbers as reference points for the area of the Berm serviced. A Lawn Maintenance - *to include pine straw mulch 24 -$ -$ 570.00$ 13,680.00$ 640.00$ 15,360.00$ 519.70$ 12,472.85$ 3,443.40$ 82,641.60$ B Shrub/Hedge Maintenance 12 -$ -$ 1,091.00$ 13,092.00$ 1,536.00$ 18,432.00$ 2,257.43$ 27,089.16$ 1,823.71$ 21,884.52$ C Bush Hog and Brush Clearing 1 -$ -$ 150.00$ 150.00$ 500.00$ 500.00$ 585.31$ 585.31$ 340.03$ 340.03$ D Irrigation Maintenance 12 -$ -$ 490.00$ 5,880.00$ 720.00$ 8,640.00$ 143.33$ 1,719.96$ 671.88$ 8,062.56$ E Fertilization Maintenance 3 -$ -$ 700.00$ 2,100.00$ 1,780.00$ 5,340.00$ 985.95$ 2,957.85$ 1,854.22$ 5,562.66$ F Pest Control 6 -$ -$ 250.00$ 1,500.00$ 475.00$ 2,850.00$ 232.00$ 1,392.00$ 902.30$ 5,413.80$ G Palm and Tree Trimming Maintenance 2 -$ -$ 2,200.00$ 4,400.00$ 11,560.00$ 23,120.00$ 360.00$ 720.00$ 5,264.82$ 10,529.64$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ 4,500.00$ 4,500.00$ 390.21$ 390.21$ 636.77$ 636.77$ -$ 41,402.00$ 78,742.00$ 47,327.34$ 135,071.58$ 4 1 -$ -$ 65.00$ 65.00$ 52.00$ 52.00$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ 42.00$ 42.00$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ 35.00$ 35.00$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ 275.00$ 275.00$ 90.00$ 90.00$ 125.00$ 125.00$ -$ 350.00$ 404.00$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 4 -$ 41,752.00$ 79,146.00$ 47,592.34$ 135,344.58$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC SUBTOTAL FOR ITEM NUMBER 3 SUBTOTAL FOR ITEM NUMBER 4 Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) Technician Hourly Rate ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS 2 Page 5694 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 5 Eagle Lakes Park - 11573 Tamiami Trl E A Lawn Maintenance 24 -$ -$ 1,238.00$ 29,712.00$ -$ -$ 1,719.36$ 41,264.64$ 3,392.40$ 81,417.60$ B Shrub/Hedge Maintenance 12 -$ -$ 992.00$ 11,904.00$ -$ -$ 542.51$ 6,510.12$ 2,735.57$ 32,826.84$ C Bush Hog and Brush Clearing 1 -$ -$ 1,500.00$ 1,500.00$ -$ -$ 1,560.84$ 1,560.84$ 425.04$ 425.04$ D Irrigation Maintenance 12 -$ -$ 900.00$ 10,800.00$ -$ -$ 430.00$ 5,160.00$ 671.88$ 8,062.56$ E Fertilization Maintenance 3 -$ -$ 2,750.00$ 8,250.00$ -$ -$ 3,554.92$ 10,664.76$ 2,472.29$ 7,416.87$ F Pest Control 6 -$ -$ 250.00$ 1,500.00$ -$ -$ 10.08$ 60.48$ 902.30$ 5,413.80$ G Palm and Tree Trimming Maintenance 2 -$ -$ 970.00$ 1,940.00$ -$ -$ 1,160.00$ 2,320.00$ 20,621.88$ 41,243.76$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ 146.33$ 146.33$ 795.96$ 795.96$ -$ 66,206.00$ -$ 67,687.17$ 177,602.43$ 5 1 -$ -$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ -$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 5 -$ 66,556.00$ -$ 67,952.17$ 177,875.43$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 6 North County Water Reclamation Faclity 10500 Goodlette-Frank Rd N *See Site Images for special instructions. A Lawn Maintenance 24 -$ -$ 3,390.00$ 81,360.00$ -$ -$ 2,926.57$ 70,237.68$ 3,392.40$ 81,417.60$ B Shrub/Hedge Maintenance 12 -$ -$ 1,958.00$ 23,496.00$ -$ -$ 981.49$ 11,777.88$ 2,279.64$ 27,355.68$ C Bush Hog and Brush Clearing 1 -$ -$ 3,599.00$ 3,599.00$ -$ -$ 390.21$ 390.21$ 425.04$ 425.04$ D Irrigation Maintenance 12 -$ -$ 1,200.00$ 14,400.00$ -$ -$ 1,146.67$ 13,760.04$ 671.88$ 8,062.56$ E Fertilization Maintenance 3 -$ -$ 8,500.00$ 25,500.00$ -$ -$ 6,129.52$ 18,388.56$ 3,999.96$ 11,999.88$ F Pest Control 6 -$ -$ 650.00$ 3,900.00$ -$ -$ 100.87$ 605.22$ 902.30$ 5,413.80$ G Palm and Tree Trimming Maintenance 2 -$ -$ 2,000.00$ 4,000.00$ -$ -$ 3,400.00$ 6,800.00$ 2,871.72$ 5,743.44$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ 1,170.63$ 1,170.63$ 795.96$ 795.96$ K Perimeter Maintenance - see Special Instructions on Site Images 24 -$ -$ 440.00$ 10,560.00$ -$ -$ 487.76$ 11,706.24$ 795.96$ 19,103.04$ -$ 167,415.00$ -$ 134,836.46$ 160,317.00$ 6 1 -$ -$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ -$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 6 -$ 167,765.00$ -$ 135,101.46$ 160,590.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc. A&M Property Maintenance, LLC Duval Landscape Maintenance, LLC Supervisor Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate SUBTOTAL FOR ITEM NUMBER 6 Helper Hourly Rate ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL SUBTOTAL FOR ITEM NUMBER 5 Technician Hourly Rate Helper Hourly Rate Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC 3 Page 5695 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 7 Northeast Service Area (NESA) 1445 Oilwell Rd. A Lawn Maintenance 24 900.00$ 21,600.00$ 1,121.00$ 26,904.00$ -$ -$ 1,591.07$ 38,185.68$ 2,713.92$ 65,134.08$ B Shrub/Hedge Maintenance 12 200.00$ 2,400.00$ 500.00$ 6,000.00$ -$ -$ 981.49$ 11,777.88$ 1,823.71$ 21,884.52$ C Bush Hog and Brush Clearing 1 800.00$ 800.00$ 1,116.00$ 1,116.00$ -$ -$ 487.76$ 487.76$ 425.04$ 425.04$ D Irrigation Maintenance 12 200.00$ 2,400.00$ 290.00$ 3,480.00$ -$ -$ 573.33$ 6,879.96$ 368.04$ 4,416.48$ E Fertilization Maintenance 3 200.00$ 600.00$ 2,500.00$ 7,500.00$ -$ -$ 3,303.09$ 9,909.28$ 1,521.46$ 4,564.38$ F Pest Control 6 200.00$ 1,200.00$ 250.00$ 1,500.00$ -$ -$ 100.87$ 605.22$ 451.16$ 2,706.96$ G Palm and Tree Trimming Maintenance 2 2,000.00$ 4,000.00$ 350.00$ 700.00$ -$ -$ 1,840.00$ 3,680.00$ 1,148.69$ 2,297.38$ H Areca Palm Maintenance 1 1,500.00$ 1,500.00$ 600.00$ 600.00$ -$ -$ 390.21$ 390.21$ 636.77$ 636.77$ 34,500.00$ 47,800.00$ -$ 71,915.99$ 102,065.61$ 7 1 75.00$ 75.00$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 7 34,690.00$ 48,150.00$ -$ 72,180.99$ 102,338.61$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 8 Northeast Service Area (NESA) 4216 20th St. NE A Lawn Maintenance 26 1,500.00$ 39,000.00$ 3,979.00$ 103,454.00$ -$ -$ 2,926.57$ 76,090.82$ 4,496.91$ 116,919.66$ B Shrub/Hedge Maintenance 12 1,000.00$ 12,000.00$ 3,101.00$ 37,212.00$ -$ -$ 981.49$ 11,777.88$ 2,735.57$ 32,826.84$ C Bush Hog and Brush Clearing 26 1,500.00$ 39,000.00$ 7,200.00$ 187,200.00$ -$ -$ 2,438.81$ 63,409.06$ 2,125.20$ 55,255.20$ D Irrigation Maintenance 12 500.00$ 6,000.00$ 1,300.00$ 15,600.00$ -$ -$ 573.33$ 6,879.96$ 543.48$ 6,521.76$ K Perimeter Maintenance - 5 ft on both sides 26 1,000.00$ 26,000.00$ 440.00$ 11,440.00$ -$ -$ 1,170.63$ 30,436.38$ 3,979.80$ 103,474.80$ 122,000.00$ 354,906.00$ -$ 188,594.10$ 314,998.26$ 8 1 75.00$ 75.00$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 8 122,190.00$ 355,256.00$ -$ 188,859.10$ 315,271.26$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Supervisor Hourly Rate SUBTOTAL FOR ITEM NUMBER 7 Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL A&M Property Maintenance, LLC Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ITEM NUMBER 8 Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS 4 Page 5696 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 9 Golden Gate - 4931 32nd Ave SW A Lawn Maintenance 24 -$ -$ 1,753.00$ 42,072.00$ -$ -$ 1,060.88$ 25,461.12$ 2,713.92$ 65,134.08$ B Shrub/Hedge Maintenance 12 -$ -$ 500.00$ 6,000.00$ -$ -$ 1,915.86$ 22,990.32$ 1,367.78$ 16,413.36$ C Bush Hog and Brush Clearing 1 -$ -$ 150.00$ 150.00$ -$ -$ 1,560.84$ 1,560.84$ 425.04$ 425.04$ D Irrigation Maintenance 12 -$ -$ 724.00$ 8,688.00$ -$ -$ 430.00$ 5,160.00$ 368.04$ 4,416.48$ E Fertilization Maintenance 3 -$ -$ 4,850.00$ 14,550.00$ -$ -$ 2,430.17$ 7,290.51$ 1,072.88$ 3,218.64$ F Pest Control 6 -$ -$ 250.00$ 1,500.00$ -$ -$ 196.73$ 1,180.38$ 402.56$ 2,415.36$ G Palm and Tree Trimming Maintenance 2 -$ -$ 750.00$ 1,500.00$ -$ -$ 120.00$ 240.00$ 3,828.96$ 7,657.92$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ 146.33$ 146.33$ 636.77$ 636.77$ -$ 75,060.00$ -$ 64,029.50$ 100,317.65$ 9 1 -$ -$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ -$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 9 -$ 75,410.00$ -$ 64,294.50$ 100,590.65$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 10 Public Utilities Operations Center (PUOC) 4370 and 4220 Mercantile Avenue A Lawn Maintenance 24 375.00$ 9,000.00$ 275.00$ 6,600.00$ 510.00$ 12,240.00$ 182.91$ 4,389.84$ 678.48$ 16,283.52$ B Shrub/Hedge Maintenance 12 375.00$ 4,500.00$ 350.00$ 4,200.00$ 288.00$ 3,456.00$ 422.03$ 5,064.36$ 911.86$ 10,942.32$ F Pest Control 6 200.00$ 1,200.00$ 250.00$ 1,500.00$ 285.00$ 1,710.00$ 43.37$ 260.22$ 274.16$ 1,644.96$ 14,700.00$ 12,300.00$ 17,406.00$ 9,714.42$ 28,870.80$ 10 1 75.00$ 75.00$ 65.00$ 65.00$ 52.00$ 52.00$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ 42.00$ 42.00$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ 35.00$ 35.00$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ 275.00$ 275.00$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ 350.00$ 404.00$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 10 14,890.00$ 12,650.00$ 17,810.00$ 9,979.42$ 29,143.80$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. SUBTOTAL FOR ITEM NUMBER 9 Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC SUBTOTAL FOR ITEM NUMBER 10 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Supervisor Hourly Rate Technician Hourly Rate 5 Page 5697 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 11 Carica Booster - 7200 Goodlette Road A Lawn Maintenance 24 175.00$ 4,200.00$ 560.00$ 13,440.00$ 612.00$ 14,688.00$ 384.36$ 9,224.64$ 1,017.71$ 24,425.04$ B Shrub/Hedge Maintenance 12 75.00$ 900.00$ 792.00$ 9,504.00$ 544.00$ 6,528.00$ 225.73$ 2,708.76$ 911.86$ 10,942.32$ C Bush Hog and Brush Clearing 1 500.00$ 500.00$ 290.00$ 290.00$ 4,500.00$ 4,500.00$ 975.52$ 975.52$ 425.04$ 425.04$ K Perimeter Maintenance - 5 ft on both sides 12 175.00$ 2,100.00$ 400.00$ 4,800.00$ 544.00$ 6,528.00$ 292.66$ 3,511.92$ 397.98$ 4,775.76$ 7,700.00$ 28,034.00$ 32,244.00$ 16,420.84$ 40,568.16$ 11 1 75.00$ 75.00$ 65.00$ 65.00$ 52.00$ 52.00$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ 42.00$ 42.00$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ 35.00$ 35.00$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ 275.00$ 275.00$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ 350.00$ 404.00$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 11 7,890.00$ 28,384.00$ 32,648.00$ 16,685.84$ 40,841.16$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 12 ISLES OF CAPRI PUMP STATION 401 San Juan Ave & 920 Capri Blvd A Lawn Maintenance 24 200.00$ 4,800.00$ 258.00$ 6,192.00$ 321.00$ 7,704.00$ 311.19$ 7,468.56$ 1,017.71$ 24,425.04$ B Shrub/Hedge Maintenance 12 100.00$ 1,200.00$ 1,376.00$ 16,512.00$ 480.00$ 5,760.00$ 785.20$ 9,422.40$ 911.86$ 10,942.32$ K Perimeter Maintenance - 5 ft on both sides 12 200.00$ 2,400.00$ 350.00$ 4,200.00$ 480.00$ 5,760.00$ 146.33$ 1,755.96$ 397.98$ 4,775.76$ 8,400.00$ 26,904.00$ 19,224.00$ 18,646.92$ 40,143.12$ 12 1 75.00$ 75.00$ 65.00$ 65.00$ 52.00$ 52.00$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ 42.00$ 42.00$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ 35.00$ 35.00$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ 275.00$ 275.00$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ 350.00$ 404.00$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 12 8,590.00$ 27,254.00$ 19,628.00$ 18,911.92$ 40,416.12$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC Supervisor Hourly Rate Technician Hourly Rate SUBTOTAL FOR ITEM NUMBER 11 SUBTOTAL FOR ITEM NUMBER 12 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL 6 Page 5698 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 13 MANATEE REPUMP STATION - 1300 Manatee Road A Lawn Maintenance 24 300.00$ 7,200.00$ 250.00$ 6,000.00$ -$ -$ 365.82$ 8,779.68$ 1,017.72$ 24,425.28$ B Shrub/Hedge Maintenance 12 150.00$ 1,800.00$ 383.00$ 4,596.00$ -$ -$ 530.00$ 6,360.00$ 683.89$ 8,206.68$ C Bush Hog and Brush Clearing 1 250.00$ 250.00$ 280.00$ 280.00$ -$ -$ 292.66$ 292.66$ 425.04$ 425.04$ K Perimeter Maintenance - 5 ft on both sides 12 200.00$ 2,400.00$ 270.00$ 3,240.00$ -$ -$ 146.33$ 1,755.96$ 397.98$ 4,775.76$ 11,650.00$ 14,116.00$ -$ 17,188.30$ 37,832.76$ 13 1 75.00$ 75.00$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 13 11,840.00$ 14,466.00$ -$ 17,453.30$ 38,105.76$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 14 GOODLAND REPUMP STATION - 2559 San Marco Rd A Lawn Maintenance 24 150.00$ 3,600.00$ 150.00$ 3,600.00$ -$ -$ -$ -$ 678.48$ 16,283.52$ B Shrub/Hedge Maintenance 12 50.00$ 600.00$ 600.00$ 7,200.00$ -$ -$ -$ -$ 455.93$ 5,471.16$ K Perimeter Maintenance - 5 ft on both sides 12 100.00$ 1,200.00$ 290.00$ 3,480.00$ -$ -$ -$ -$ 238.79$ 2,865.48$ 5,400.00$ 14,280.00$ -$ -$ 24,620.16$ 14 1 75.00$ 75.00$ 65.00$ 65.00$ -$ -$ -$ -$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ -$ -$ -$ -$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ -$ -$ -$ -$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ -$ -$ 125.00$ 125.00$ 190.00$ 350.00$ -$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 14 5,590.00$ 14,630.00$ -$ -$ 24,893.16$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC SUBTOTAL FOR ITEM NUMBER 13 SUBTOTAL FOR ITEM NUMBER 14 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) A&M Property Maintenance, LLC Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS 7 Page 5699 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 15 RAW WATER BOOSTER STATION 841 7th Ave SW, Naples, FL A Lawn Maintenance 24 350.00$ 8,400.00$ 366.00$ 8,784.00$ -$ -$ -$ -$ 1,017.72$ 24,425.28$ B Shrub/Hedge Maintenance 12 250.00$ 3,000.00$ 359.00$ 4,308.00$ -$ -$ -$ -$ 683.89$ 8,206.68$ K Perimeter Maintenance - 5 ft on both sides 12 800.00$ 9,600.00$ 350.00$ 4,200.00$ -$ -$ -$ -$ 397.98$ 4,775.76$ 21,000.00$ 17,292.00$ -$ -$ 37,407.72$ 15 1 75.00$ 75.00$ 65.00$ 65.00$ -$ -$ -$ -$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ -$ -$ -$ -$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ -$ -$ -$ -$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ -$ -$ 125.00$ 125.00$ 190.00$ 350.00$ -$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 15 21,190.00$ 17,642.00$ -$ -$ 37,680.72$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 16 Northeast Recycling Drop-Off Center 825 39th Ave NE, Naples, FL 34120 A Lawn Maintenance 24 500.00$ 12,000.00$ 1,833.00$ 43,992.00$ -$ -$ 841.39$ 20,193.36$ 1,017.72$ 24,425.28$ B Shrub/Hedge Maintenance 12 300.00$ 3,600.00$ 1,200.00$ 14,400.00$ -$ -$ 3,925.97$ 47,111.64$ 911.86$ 10,942.32$ C Bush Hog and Brush Clearing 1 300.00$ 300.00$ 1,350.00$ 1,350.00$ -$ -$ 780.42$ 780.42$ 425.04$ 425.04$ D Irrigation Maintenance 12 350.00$ 4,200.00$ 916.00$ 10,992.00$ -$ -$ 430.00$ 5,160.00$ 411.90$ 4,942.80$ E Fertilization Maintenance 3 200.00$ 600.00$ 4,000.00$ 12,000.00$ -$ -$ 2,257.89$ 6,773.68$ 1,739.54$ 5,218.62$ F Pest Control 6 200.00$ 1,200.00$ 350.00$ 2,100.00$ -$ -$ 403.47$ 2,420.82$ 451.15$ 2,706.90$ G Palm and Tree Trimming Maintenance 2 2,000.00$ 4,000.00$ 760.00$ 1,520.00$ -$ -$ 746.67$ 1,493.34$ 2,871.72$ 5,743.44$ H Areca Palm Maintenance 1 1,500.00$ 1,500.00$ 600.00$ 600.00$ -$ -$ 292.66$ 292.66$ 636.77$ 636.77$ K Perimeter Maintenance - 2 ft on both sides 12 300.00$ 3,600.00$ 400.00$ 4,800.00$ -$ -$ 195.10$ 2,341.20$ 795.96$ 9,551.52$ 31,000.00$ 91,754.00$ -$ 86,567.12$ 64,592.69$ 16 1 75.00$ 75.00$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 16 31,190.00$ 92,104.00$ -$ 86,832.12$ 64,865.69$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Duval Landscape Maintenance, LLC A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC Helper Hourly Rate SUBTOTAL FOR ITEM NUMBER 16 Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ITEM NUMBER 15 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Supervisor Hourly Rate Technician Hourly Rate 8 Page 5700 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 17 Marco Island Recycling Drop-Off Center 990 Chalmer Dr., Marco Island, FL 34145 A Lawn Maintenance 24 -$ -$ 170.00$ 4,080.00$ -$ -$ -$ -$ 1,017.72$ 24,425.28$ B Shrub/Hedge Maintenance 12 -$ -$ 450.00$ 5,400.00$ -$ -$ -$ -$ 683.89$ 8,206.68$ C Bush Hog and Brush Clearing 1 -$ -$ 100.00$ 100.00$ -$ -$ -$ -$ 340.03$ 340.03$ D Irrigation Maintenance 12 -$ -$ 283.00$ 3,396.00$ -$ -$ -$ -$ 411.90$ 4,942.80$ E Fertilization Maintenance 3 -$ -$ 162.00$ 486.00$ -$ -$ -$ -$ 1,218.64$ 3,655.92$ F Pest Control 6 -$ -$ 150.00$ 900.00$ -$ -$ -$ -$ 451.15$ 2,706.90$ G Palm and Tree Trimming Maintenance 2 -$ -$ 390.00$ 780.00$ -$ -$ -$ -$ 2,297.38$ 4,594.76$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ -$ -$ 636.77$ 636.77$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ 100.00$ 1,200.00$ -$ -$ -$ -$ 636.77$ 7,641.24$ -$ 16,942.00$ -$ -$ 57,150.38$ 17 1 -$ -$ 65.00$ 65.00$ -$ -$ -$ -$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ -$ -$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ -$ -$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ -$ -$ 125.00$ 125.00$ -$ 350.00$ -$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 17 -$ 17,292.00$ -$ -$ 57,423.38$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 18 North Collier Recycling Drop-off Center 9950 Goodlette Frank Rd. N., Naples, FL 34109 A Lawn Maintenance 24 -$ -$ 300.00$ 7,200.00$ 228.00$ 5,472.00$ 182.91$ 4,389.84$ 678.48$ 16,283.52$ B Shrub/Hedge Maintenance 12 -$ -$ 375.00$ 4,500.00$ 261.00$ 3,132.00$ 598.72$ 7,184.64$ 455.93$ 5,471.16$ C Bush Hog and Brush Clearing 1 -$ -$ 100.00$ 100.00$ 400.00$ 400.00$ 292.66$ 292.66$ 212.52$ 212.52$ D Irrigation Maintenance 12 -$ -$ 300.00$ 3,600.00$ 85.00$ 1,020.00$ 215.00$ 2,580.00$ 280.32$ 3,363.84$ E Fertilization Maintenance 3 -$ -$ 1,000.00$ 3,000.00$ 332.00$ 996.00$ 462.94$ 1,388.81$ 927.11$ 2,781.33$ F Pest Control 6 -$ -$ 140.00$ 840.00$ 105.00$ 630.00$ 61.53$ 369.18$ 353.98$ 2,123.88$ G Palm and Tree Trimming Maintenance 2 -$ -$ 350.00$ 700.00$ 440.00$ 880.00$ 200.00$ 400.00$ 1,148.69$ 2,297.38$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ 25.00$ 25.00$ 97.55$ 97.55$ 318.38$ 318.38$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ 200.00$ 2,400.00$ 15.00$ 180.00$ 195.10$ 2,341.20$ 397.98$ 4,775.76$ -$ 22,940.00$ 12,735.00$ 19,043.88$ 37,627.77$ 18 1 -$ -$ 65.00$ 65.00$ 52.00$ 52.00$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ 42.00$ 42.00$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ 35.00$ 35.00$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ 275.00$ 275.00$ 90.00$ 90.00$ 125.00$ 125.00$ -$ 350.00$ 404.00$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 18 -$ 23,290.00$ 13,139.00$ 19,308.88$ 37,900.77$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC Superior Landscaping & Lawn Service Inc. SUBTOTAL FOR ITEM NUMBER 17 SUBTOTAL FOR ITEM NUMBER 18 Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc. A&M Property Maintenance, LLC ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate 9 Page 5701 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 19 Naples Recycling Drop-off Center 2640 Corporate Flight Dr., Naples, FL 34104 A Lawn Maintenance 24 -$ -$ 275.00$ 6,600.00$ -$ -$ 182.91$ 4,389.84$ 678.48$ 16,283.52$ B Shrub/Hedge Maintenance 12 -$ -$ 408.00$ 4,896.00$ -$ -$ 392.59$ 4,711.08$ 455.93$ 5,471.16$ C Bush Hog and Brush Clearing 1 -$ -$ 100.00$ 100.00$ -$ -$ 390.21$ 390.21$ 340.03$ 340.03$ D Irrigation Maintenance 12 -$ -$ 308.00$ 3,696.00$ -$ -$ 215.00$ 2,580.00$ 324.18$ 3,890.16$ E Fertilization Maintenance 3 -$ -$ 600.00$ 1,800.00$ -$ -$ 432.74$ 1,298.21$ 1,218.64$ 3,655.92$ F Pest Control 6 -$ -$ 230.00$ 1,380.00$ -$ -$ 40.35$ 242.10$ 402.56$ 2,415.36$ G Palm and Tree Trimming Maintenance 2 -$ -$ 360.00$ 720.00$ -$ -$ 326.67$ 653.34$ 1,435.86$ 2,871.72$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ 97.55$ 97.55$ 636.77$ 636.77$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ -$ -$ -$ -$ 146.33$ 1,755.96$ 636.77$ 7,641.24$ -$ 19,792.00$ -$ 16,118.29$ 43,205.88$ 19 1 -$ -$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ -$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 19 -$ 20,142.00$ -$ 16,383.29$ 43,478.88$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 20 Carnestown 31201 Tamiami Trail East A Lawn Maintenance 12 -$ -$ 399.00$ 4,788.00$ -$ -$ -$ -$ 678.48$ 8,141.76$ B Shrub/Hedge Maintenance 12 -$ -$ 250.00$ 3,000.00$ -$ -$ -$ -$ 455.93$ 5,471.16$ C Bush Hog and Brush Clearing 1 -$ -$ 300.00$ 300.00$ -$ -$ -$ -$ 340.03$ 340.03$ F Pest Control 6 -$ -$ 250.00$ 1,500.00$ -$ -$ -$ -$ 402.56$ 2,415.36$ G Palm and Tree Trimming Maintenance 2 -$ -$ 250.00$ 500.00$ -$ -$ -$ -$ 1,148.69$ 2,297.38$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ -$ -$ 636.77$ 636.77$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ 399.00$ 4,788.00$ -$ -$ -$ -$ 636.77$ 7,641.24$ -$ 15,476.00$ -$ -$ 26,943.70$ 20 1 -$ -$ 65.00$ 65.00$ -$ -$ -$ -$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ -$ -$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ -$ -$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ -$ -$ 125.00$ 125.00$ -$ 350.00$ -$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 20 -$ 15,826.00$ -$ -$ 27,216.70$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC NON-RESPONSIVE SUBTOTAL FOR ITEM NUMBER 19 SUBTOTAL FOR ITEM NUMBER 20 Duval Landscape Maintenance, LLC ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Supervisor Hourly Rate Technician Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) Helper Hourly Rate Technician Hourly Rate Helper Hourly Rate 10 Page 5702 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 21 Collier County Landfill - 3730 White Lake Blvd. 21.1 Entrance and scalehouse area A Lawn Maintenance 24 -$ -$ 440.00$ 10,560.00$ -$ -$ -$ -$ 2,035.44$ 48,850.56$ B Shrub/Hedge Maintenance 12 -$ -$ 250.00$ 3,000.00$ -$ -$ -$ -$ 1,367.78$ 16,413.36$ C Bush Hog and Brush Clearing 1 -$ -$ 250.00$ 250.00$ -$ -$ -$ -$ 425.04$ 425.04$ D Irrigation Maintenance 12 -$ -$ 400.00$ 4,800.00$ -$ -$ -$ -$ 368.04$ 4,416.48$ E Fertilization Maintenance 3 -$ -$ 1,500.00$ 4,500.00$ -$ -$ -$ -$ 1,072.88$ 3,218.64$ F Pest Control 6 -$ -$ 200.00$ 1,200.00$ -$ -$ -$ -$ 402.56$ 2,415.36$ G Palm and Tree Trimming Maintenance 2 -$ -$ 200.00$ 400.00$ -$ -$ -$ -$ 1,148.69$ 2,297.38$ H Areca Palm Maintenance 1 -$ -$ 600.00$ 600.00$ -$ -$ -$ -$ 636.77$ 636.77$ 21.2 White Lake Blvd. A Lawn Maintenance 12 -$ -$ 370.00$ 4,440.00$ -$ -$ -$ -$ 1,696.20$ 20,354.40$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ 300.00$ 3,600.00$ -$ -$ -$ -$ 636.77$ 7,641.24$ 21.3 Deep Injection Well Site A Lawn Maintenance 24 -$ -$ 312.00$ 7,488.00$ -$ -$ -$ -$ 508.86$ 12,212.64$ C Bush Hog and Brush Clearing 1 -$ -$ 250.00$ 250.00$ -$ -$ -$ -$ 425.04$ 425.04$ E Fertilization Maintenance 3 -$ -$ 550.00$ 1,650.00$ -$ -$ -$ -$ 400.20$ 1,200.60$ F Pest Control 6 -$ -$ 300.00$ 1,800.00$ -$ -$ -$ -$ 176.99$ 1,061.94$ G Palm and Tree Trimming Maintenance 2 -$ -$ 176.00$ 352.00$ -$ -$ -$ -$ 574.35$ 1,148.70$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ 200.00$ 2,400.00$ -$ -$ -$ -$ 636.77$ 7,641.24$ 21.4 Resource Recovery Business Park (RRBP) Site A Lawn Maintenance 24 -$ -$ 575.00$ 13,800.00$ -$ -$ -$ -$ 2,035.44$ 48,850.56$ C Bush Hog and Brush Clearing 4 -$ -$ 4,200.00$ 16,800.00$ -$ -$ -$ -$ 340.03$ 1,360.12$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ 400.00$ 4,800.00$ -$ -$ -$ -$ 636.77$ 7,641.24$ -$ 82,690.00$ -$ -$ 188,211.31$ 21 1 -$ -$ 65.00$ 65.00$ -$ -$ -$ -$ 65.00$ 65.00$ 1 -$ -$ 85.00$ 85.00$ -$ -$ -$ -$ 45.00$ 45.00$ 1 -$ -$ 50.00$ 50.00$ -$ -$ -$ -$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ -$ -$ 125.00$ 125.00$ -$ 350.00$ -$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 21 -$ 83,040.00$ -$ -$ 188,484.31$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Duval Landscape Maintenance, LLCA&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Supervisor Hourly Rate SUBTOTAL FOR ITEM NUMBER 21 Technician Hourly Rate Helper Hourly Rate SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) 11 Page 5703 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 22 Immokalee Landfill - 700 Stockade Rd. A Lawn Maintenance 24 2,200.00$ 52,800.00$ 295.00$ 7,080.00$ -$ -$ 658.48$ 15,803.52$ 2,713.92$ 65,134.08$ B Shrub/Hedge Maintenance 12 800.00$ 9,600.00$ 360.00$ 4,320.00$ -$ -$ 392.59$ 4,711.08$ 683.89$ 8,206.68$ C Bush Hog and Brush Clearing 1 1,000.00$ 1,000.00$ 400.00$ 400.00$ -$ -$ 243.88$ 243.88$ 340.03$ 340.03$ D Irrigation Maintenance 12 250.00$ 3,000.00$ 475.00$ 5,700.00$ -$ -$ 215.00$ 2,580.00$ 324.18$ 3,890.16$ E Fertilization Maintenance 3 200.00$ 600.00$ 1,200.00$ 3,600.00$ -$ -$ 1,399.13$ 4,197.39$ 1,218.64$ 3,655.92$ F Pest Control 6 200.00$ 1,200.00$ 300.00$ 1,800.00$ -$ -$ 40.35$ 242.10$ 402.56$ 2,415.36$ G Palm and Tree Trimming Maintenance 2 2,000.00$ 4,000.00$ 650.00$ 1,300.00$ -$ -$ 160.00$ 320.00$ 1,435.86$ 2,871.72$ H Areca Palm Maintenance 1 2,000.00$ 2,000.00$ 600.00$ 600.00$ -$ -$ 97.55$ 97.55$ 636.77$ 636.77$ K Perimeter Maintenance - 2 ft on both sides 12 3,000.00$ 36,000.00$ 350.00$ 4,200.00$ -$ -$ 146.33$ 1,755.96$ 636.77$ 7,641.24$ 110,200.00$ 29,000.00$ -$ 29,951.48$ 94,791.96$ 22 1 75.00$ 75.00$ 65.00$ 65.00$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ 85.00$ 85.00$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ 50.00$ 50.00$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ 150.00$ 150.00$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ 350.00$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 22 110,390.00$ 29,350.00$ -$ 30,216.48$ 95,064.96$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 23 Eustis Landfill - Part of 1060 Sanitation Rd. A Lawn Maintenance 12 4,000.00$ 48,000.00$ -$ -$ -$ -$ -$ -$ 1,356.96$ 16,283.52$ C Bush Hog and Brush Clearing 1 3,000.00$ 3,000.00$ -$ -$ -$ -$ -$ -$ 340.03$ 340.03$ K Perimeter Maintenance - 2 ft on both sides 12 1,000.00$ 12,000.00$ -$ -$ -$ -$ -$ -$ 636.77$ 7,641.24$ 63,000.00$ -$ -$ -$ 24,264.79$ 23 1 75.00$ 75.00$ -$ -$ -$ -$ -$ -$ 65.00$ 65.00$ 1 65.00$ 65.00$ -$ -$ -$ -$ -$ -$ 45.00$ 45.00$ 1 50.00$ 50.00$ -$ -$ -$ -$ -$ -$ 38.00$ 38.00$ 1 -$ -$ -$ -$ -$ -$ -$ -$ 125.00$ 125.00$ 190.00$ -$ -$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 23 63,190.00$ -$ -$ -$ 24,537.79$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Mainscape, Inc.Superior Landscaping & Lawn Service Inc. ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Supervisor Hourly Rate Ground Zero Landscaping Services Inc. Technician Hourly Rate Helper Hourly Rate SUBTOTAL FOR ITEM NUMBER 22 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL SUBTOTAL FOR ITEM NUMBER 23 Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate 12 Page 5704 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 24 Golden Gate Water Plant 4300 Golden Gate Parkway A Lawn Maintenance 24 -$ -$ -$ -$ -$ -$ 182.91$ 4,389.84$ 1,696.20$ 40,708.80$ B Shrub/Hedge Maintenance 3 -$ -$ -$ -$ -$ -$ 392.59$ 1,177.77$ 911.86$ 2,735.58$ C Bush Hog and Brush Clearing 12 -$ -$ -$ -$ -$ -$ 243.88$ 2,926.56$ 340.03$ 4,080.36$ D Irrigation Maintenance 1 -$ -$ -$ -$ -$ -$ 215.00$ 215.00$ 324.18$ 324.18$ E Fertilization Maintenance 3 -$ -$ -$ -$ -$ -$ 432.74$ 1,298.21$ 1,218.64$ 3,655.92$ F Pest Control 6 -$ -$ -$ -$ -$ -$ 40.35$ 242.10$ 402.56$ 2,415.36$ G Palm and Tree Trimming Maintenance 2 -$ -$ -$ -$ -$ -$ 66.67$ 133.34$ 1,435.86$ 2,871.72$ H Areca Palm Maintenance 1 -$ -$ -$ -$ -$ -$ 97.55$ 97.55$ 636.77$ 636.77$ K Perimeter Maintenance - 5 ft on both sides 12 -$ -$ -$ -$ -$ -$ 146.33$ 1,755.96$ 636.77$ 7,641.24$ -$ -$ -$ 12,236.33$ 65,069.93$ 24 1 -$ -$ -$ -$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 -$ -$ -$ -$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 -$ -$ -$ -$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ -$ -$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ -$ -$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 24 -$ -$ -$ 12,501.33$ 65,342.93$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 25 Green Blvd. Water Station 4781 Green Blvd. A Lawn Maintenance 24 400.00$ 9,600.00$ -$ -$ -$ -$ 182.91$ 4,389.84$ 1,017.72$ 24,425.28$ B Shrub/Hedge Maintenance 12 250.00$ 3,000.00$ -$ -$ -$ -$ 588.90$ 7,066.80$ 683.89$ 8,206.68$ C Bush Hog and Brush Clearing 1 500.00$ 500.00$ -$ -$ -$ -$ 243.88$ 243.88$ 340.03$ 340.03$ K Perimeter Maintenance - 5 ft on both sides 12 250.00$ 3,000.00$ -$ -$ -$ -$ 146.33$ 1,755.96$ 397.98$ 4,775.76$ 16,100.00$ -$ -$ 13,456.48$ 37,747.75$ 25 1 75.00$ 75.00$ -$ -$ -$ -$ 65.00$ 65.00$ 65.00$ 65.00$ 1 65.00$ 65.00$ -$ -$ -$ -$ 55.00$ 55.00$ 45.00$ 45.00$ 1 50.00$ 50.00$ -$ -$ -$ -$ 55.00$ 55.00$ 38.00$ 38.00$ 1 -$ -$ -$ -$ -$ -$ 90.00$ 90.00$ 125.00$ 125.00$ 190.00$ -$ -$ 265.00$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 25 16,290.00$ -$ -$ 13,721.48$ 38,020.75$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC SUBTOTAL FOR ITEM NUMBER 25 SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ITEM NUMBER 24 Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) 13 Page 5705 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 26 Pelican Marsh Pump Station 1509 Pelican Marsh Blvd. A Lawn Maintenance 36 -$ -$ -$ -$ 192.00$ 6,912.00$ -$ -$ 678.48$ 24,425.28$ -$ -$ 6,912.00$ -$ 24,425.28$ 26 1 -$ -$ -$ -$ 52.00$ 52.00$ -$ -$ 65.00$ 65.00$ 1 -$ -$ -$ -$ 42.00$ 42.00$ -$ -$ 45.00$ 45.00$ 1 -$ -$ -$ -$ 35.00$ 35.00$ -$ -$ 38.00$ 38.00$ 1 -$ -$ -$ -$ 275.00$ 275.00$ -$ -$ 125.00$ 125.00$ -$ -$ 404.00$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 26 -$ -$ 7,316.00$ -$ 24,698.28$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 27 Livingston Road Wells - (currently 7 sites; similar sized sites may be added for the same service fee) 15390, 15430, 15508, 15592, 15632, 15664, and 15694 Livingston RD A Lawn Maintenance 36 -$ -$ -$ -$ 290.00$ 10,440.00$ -$ -$ 1,356.98$ 48,851.28$ -$ -$ 10,440.00$ -$ 48,851.28$ 27 1 -$ -$ -$ -$ 52.00$ 52.00$ -$ -$ 65.00$ 65.00$ 1 -$ -$ -$ -$ 42.00$ 42.00$ -$ -$ 45.00$ 45.00$ 1 -$ -$ -$ -$ 35.00$ 35.00$ -$ -$ 38.00$ 38.00$ 1 -$ -$ -$ -$ 275.00$ 275.00$ -$ -$ 125.00$ 125.00$ -$ -$ 404.00$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 27 -$ -$ 10,844.00$ -$ 49,124.28$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Duval Landscape Maintenance, LLC SUBTOTAL FOR ITEM NUMBER 27 Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ITEM NUMBER 26 SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) 14 Page 5706 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 28 Livingston Road ASR , 15694 Livingston RD A Lawn Maintenance 36 500.00$ 18,000.00$ -$ -$ 214.00$ 7,704.00$ -$ -$ 2,035.44$ 73,275.84$ B Shrub/Hedge Maintenance 12 300.00$ 3,600.00$ -$ -$ 192.00$ 2,304.00$ -$ -$ 1,139.82$ 13,677.84$ D Irrigation Maintenance 12 300.00$ 3,600.00$ -$ -$ 55.00$ 660.00$ -$ -$ 368.04$ 4,416.48$ E Fertilization Maintenance 3 200.00$ 600.00$ -$ -$ 180.00$ 540.00$ -$ -$ 1,218.64$ 3,655.92$ F Pest Control 6 200.00$ 1,200.00$ -$ -$ 135.00$ 810.00$ -$ -$ 402.56$ 2,415.36$ G Palm and Tree Trimming Maintenance 18 400.00$ 7,200.00$ -$ -$ 250.00$ 4,500.00$ -$ -$ 1,010.42$ 18,187.56$ 34,200.00$ -$ 16,518.00$ -$ 115,629.00$ 28 1 75.00$ 75.00$ -$ -$ 52.00$ 52.00$ -$ -$ 65.00$ 65.00$ 1 65.00$ 65.00$ -$ -$ 42.00$ 42.00$ -$ -$ 45.00$ 45.00$ 1 50.00$ 50.00$ -$ -$ 35.00$ 35.00$ -$ -$ 38.00$ 38.00$ 1 -$ -$ -$ -$ 275.00$ 275.00$ -$ -$ 125.00$ 125.00$ 190.00$ -$ 404.00$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 28 34,390.00$ -$ 16,922.00$ -$ 115,902.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost Service Fee Annual Estimated Cost 29 Wastewater Collections Sites - (currently 29 sites; similar sized sites may be added for the same service fees.) A Lawn Maintenance 24 -$ -$ -$ -$ 2,430.00$ 58,320.00$ -$ -$ 3,392.40$ 81,417.60$ B Shrub/Hedge Maintenance 12 -$ -$ -$ -$ 1,428.00$ 17,136.00$ -$ -$ 2,279.64$ 27,355.68$ C Bush Hog and Brush Clearing 1 -$ -$ -$ -$ 1,200.00$ 1,200.00$ -$ -$ 1,275.12$ 1,275.12$ D Irrigation Maintenance 12 -$ -$ -$ -$ 320.00$ 3,840.00$ -$ -$ 607.68$ 7,292.16$ E Fertilization Maintenance 3 -$ -$ -$ -$ 900.00$ 2,700.00$ -$ -$ 3,708.44$ 11,125.32$ F Pest Control 6 -$ -$ -$ -$ 350.00$ 2,100.00$ -$ -$ 1,030.70$ 6,184.20$ G Palm and Tree Trimming Maintenance 2 -$ -$ -$ -$ 825.00$ 1,650.00$ -$ -$ 5,743.44$ 11,486.88$ H Areca Palm Maintenance 1 -$ -$ -$ -$ 778.00$ 778.00$ -$ -$ 795.96$ 795.96$ K Perimeter Maintenance - 2 ft on both sides 2 -$ -$ -$ -$ 1,250.00$ 2,500.00$ -$ -$ 795.96$ 1,591.92$ -$ -$ 90,224.00$ -$ 148,524.84$ 29 1 -$ -$ -$ -$ 52.00$ 52.00$ -$ -$ 65.00$ 65.00$ 1 -$ -$ -$ -$ 42.00$ 42.00$ -$ -$ 45.00$ 45.00$ 1 -$ -$ -$ -$ 35.00$ 35.00$ -$ -$ 38.00$ 38.00$ 1 -$ -$ -$ -$ 275.00$ 275.00$ -$ -$ 125.00$ 125.00$ -$ -$ 404.00$ -$ 273.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 29 -$ -$ 90,628.00$ -$ 148,797.84$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. A&M Property Maintenance, LLC Ground Zero Landscaping Services Inc. Mainscape, Inc.Superior Landscaping & Lawn Service Inc. Duval Landscape Maintenance, LLC Duval Landscape Maintenance, LLC ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL SUBTOTAL FOR ITEM NUMBER 29 SUBTOTAL FOR ITEM NUMBER 28 Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Supervisor Hourly Rate 15 Page 5707 of 10663 Yes/No Yes/No Yes/No Yes/No Yes/No Yes Yes Yes Yes Yes Yes Yes *Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes * Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes*Yes*Yes*Yes*Yes Barbara Lance Matthew Webster 11-Jun-24 Witnessed By: Date: REQUIRED FORMS AND DOCUMENTS Bid Schedule Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Affidavit Form 3: Immigration Affidavit Certification Insurance and Bonding Requirements License Form 4: Reference Questionnaire Addendum (2) * Minor Irregularity E-Verify Sunbiz Page Vendor W-9 Grant Forms Bid Opened By: 16 Page 5708 of 10663 09/26/2024 Brown & Brown Insurance Services, Inc. 75 Vineyards Blvd Suite 500 Naples FL 34119 Courtney Barnett (239) 278-0278 (239) 278-5306 046.certs@bbrown.com A & M Property Maintenance LLC 4396 Owens Way Ave Maria FL 34142-5053 Southern-Owners Insurance Company 10190 Auto-Owners Insurance Company 18988 Lloyd's 32727 23-24 Liability A Y Y 20095071 12/16/2023 12/16/2024 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 B Y Y 5209508201 12/16/2023 12/16/2024 1,000,000 A 5209508200 12/16/2023 12/16/2024 2,000,000 2,000,000 C Contractors Pollution Liability Y Y CPL00604001 10/08/2024 12/16/2025 Policy Aggregate $1,000,000 Each Incident $1,000,000 Collier County Board of County Commissioners, OR Board of County Comissioners in Collier County, OR Collier County Government, is additional insured with regard to general liability for any and all work performed in Collier County when required by a written contract. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Page 5709 of 10663 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 12/13/2023 SUNZ Insurance Solutions, LLC ID: (Vensure HR) c/o Vensure HR Inc 1475 S. Price Road Chandler, AZ 85286 800-409-8958 Rick Leonard Colleen DeWitt certs@vensure.com Vensure HR Inc Co-Employer For: A & M Property Maintenance LLC 1475 S. Price Road Chandler AZ 85286 77673231 3 Client Effective: 1/1/2024 FL 25422 Collier County Board of County Commissioners 3295 Tamiami Trail E Naples FL 34112 Coverage provided for all leased employees but not subcontractors of: A & M Property Maintenance LLC Waiver of Subrogation in favor of certificate holder, as per written contract, while work is performed at or in: SUNZ Insurance Company 34762 A WC071-00001-024 1/1/2024 1/1/2025 3 1,000,000 1,000,000 1,000,000 77673231 | 25422 | Master Certificate | Rosemary Young | 12/13/2023 8:56:13 AM (EST) | Page 1 of 2 Page 5710 of 10663 12/13/2023 WC071-00001-024 Coverage provided for all leased employees but not subcontractors of: A & M Property Maintenance LLC Client Effective: 1/1/2024 Waiver of Subrogation in favor of certificate holder, as per written contract, while work is performed at or in: FL 01/01/2024 SUNZ Insurance Company Vensure HR Inc Co-Employer For: A & M Property Maintenance LLC 1475 S. Price Road Chandler AZ 85286 Collier County Board of County Commissioners 3295 Tamiami Trail E Naples FL 34112 77673231 | 25422 | Master Certificate | Rosemary Young | 12/13/2023 8:56:13 AM (EST) | Page 2 of 2 Page 5711 of 10663 Page 5712 of 10663 Page 5713 of 10663 Page 5714 of 10663 Page 5715 of 10663 Page 5716 of 10663 Page 5717 of 10663 Page 5718 of 10663 Page 5719 of 10663 Page 5720 of 10663 Page 5721 of 10663 Page 5722 of 10663 Page 5723 of 10663 Page 5724 of 10663 Page 5725 of 10663 Page 5726 of 10663 Page 5727 of 10663 Page 5728 of 10663 Page 5729 of 10663 Page 5730 of 10663 Page 5731 of 10663 Page 5732 of 10663 Page 5733 of 10663 Page 5734 of 10663 Page 5735 of 10663 Page 5736 of 10663 Page 5737 of 10663 Page 5738 of 10663 Page 5739 of 10663 Page 5740 of 10663 Page 5741 of 10663 Page 5742 of 10663 Page 5743 of 10663 Page 5744 of 10663 Page 5745 of 10663 Page 5746 of 10663 Page 5747 of 10663 Page 5748 of 10663 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities RESPONSE DEADLINE: June 11, 2024 at 3:00 pm Report Generated: Tuesday, June 11, 2024 A&M PROPERTY MAINTENANCE, LLC Response CONTACT INFORMATION Company: A&M PROPERTY MAINTENANCE, LLC Email: aandmtotal@yahoo.com Contact: ARMANDO YZAGUIRRE Address: 4396 Owens 4396 Owens Way Ave Maria, FL 34142 Phone: (239) 503-0303 Website: N/A Submission Date: Jun 10, 2024 6:18 PM Page 5749 of 10663 [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT undefined - Landscaping Maintenance for Public Utilities Facilities Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jun 10, 2024 5:55 PM by ARMANDO YZAGUIRRE Addendum #2 Confirmed Jun 10, 2024 5:55 PM by ARMANDO YZAGUIRRE QUESTIONNAIRE 1. 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company.* Confirmed 2. 2. General Bid Instructions* General Bid Instructions have been acknowledged and accepted. Confirmed 3. 3. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. 4. Insurance Requirements* Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) d ays of the County's issuance of a Notice of Recommended Award. Confirmed Page 5750 of 10663 [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT undefined - Landscaping Maintenance for Public Utilities Facilities Page 3 5. 5. Collier County Required Forms 5.1. BID SCHEDULE* Please upload using EXCEL format. 24-8242_-_Bid_Schedule.pdf 5.2. VENDOR DECLARATION STATEMENT (FORM 1)* 24-8242_Form_1_Vendor_Declaration_Statement.pdf 5.3. CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* 24-8242_Form_2_Conflict_of_Interest_Certification_Affidavit.pdf 5.4. IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* 24-8242_Form_3_Immigration_Affidavit_Certification.pdf 5.5. REFERENCE QUESTIONNAIRE (FORM 4)* Vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last five (5) years) whose projects are of a similar nature to this solicitation as a part of their proposal. 03-2023_Bayshore.pdf 04-2023_CCPS.pdf 05-2023_Immokalee_MSTU.pdf 5.6. GRANT FORMS (FORM 5)* NOTHING_TO_SUBMIT.docx 5.7. W-9 FORM* 2024_W-9.pdf 5.8. PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Page 5751 of 10663 [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT undefined - Landscaping Maintenance for Public Utilities Facilities Page 4 01-2023_Florida_LLC_SunBiz.pdf 5.9. E-VERIFY* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. 02-E-Verify.pdf 5.10. SIGNED ADDENDA All addenda have been signed and attached. 24-8242_Addendum_1.pdf 24-8242_Addendum_2.pdf 5.11. LICENSE REQUIREMENT Vendor(s) must submit a Florida Department of Agriculture & Consumer Services (FDACS) Limited Certification for Urban Landscape Commercial Fertilizer . 08-2025_MOT_Armando_B._Yzaguirre.pdf 2024-2025_ABY_Comm_Land_License.pdf 2024-2025_ABY,_JR_Comm_Land_License.pdf 2024-2025_ABY_LTD_Comm_Fertilizer_App_Holder.pdf 5.12. MISCELLANEOUS DOCUMENTS 2023-2024_Business_Tax_Receipt_Irrigation_Sprinkler_Contractor.pdf 2023-2024_Business_Tax_Receipt_Landscaping_Restricted_Contractor.pdf 2023-2024_Business_Tax_Receipt_Maintenance_Service.pdf 2022-2024_Mando's_WC_Exemption_Certificate.pdf Page 5752 of 10663 1 of 5 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 7 Northeast Service Area (NESA) 1445 Oilwell Rd. A Lawn Maintenance 24 900.00$ 21,600.00$ B Shrub/Hedge Maintenance 12 200.00$ 2,400.00$ C Bush Hog and Brush Clearing 1 800.00$ 800.00$ D Irrigation Maintenance 12 200.00$ 2,400.00$ E Fertilization Maintenance 3 200.00$ 600.00$ F Pest Control 6 200.00$ 1,200.00$ G Palm and Tree Trimming Maintenance 2 2,000.00$ 4,000.00$ H Areca Palm Maintenance 1 1,500.00$ 1,500.00$ 34,500.00$ 7 1 75.00$ 75.00$ 1 65.00$ 65.00$ 1 50.00$ 50.00$ 1 -$ -$ 190.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 7 34,690.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 8 Northeast Service Area (NESA) 4216 20th St. NE A Lawn Maintenance 26 1,500.00$ 39,000.00$ B Shrub/Hedge Maintenance 12 1,000.00$ 12,000.00$ C Bush Hog and Brush Clearing 26 1,500.00$ 39,000.00$ D Irrigation Maintenance 12 500.00$ 6,000.00$ K Perimeter Maintenance - 5 ft on both sides 26 1,000.00$ 26,000.00$ 122,000.00$ 8 1 75.00$ 75.00$ 1 65.00$ 65.00$ 1 50.00$ 50.00$ 1 -$ -$ 190.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 8 122,190.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 10 Public Utilities Operations Center (PUOC) 4370 and 4220 Mercantile Avenue A Lawn Maintenance 24 375.00$ 9,000.00$ Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate 24-8242 Landscaping Maintenance for Public Utilities Facilities SUBTOTAL FOR ITEM NUMBER 7 ** Estimated quantity is for bidding purposes only. Bid Schedule * Indicates special instructions for specific location. Page 5753 of 10663 2 of 5 B Shrub/Hedge Maintenance 12 375.00$ 4,500.00$ F Pest Control 6 200.00$ 1,200.00$ 14,700.00$ 10 1 75.00$ 75.00$ 1 65.00$ 65.00$ 1 50.00$ 50.00$ 1 -$ -$ 190.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 10 14,890.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 11 Carica Booster - 7200 Goodlette Road A Lawn Maintenance 24 175.00$ 4,200.00$ B Shrub/Hedge Maintenance 12 75.00$ 900.00$ C Bush Hog and Brush Clearing 1 500.00$ 500.00$ K Perimeter Maintenance - 5 ft on both sides 12 175.00$ 2,100.00$ 7,700.00$ 11 1 75.00$ 75.00$ 1 65.00$ 65.00$ 1 50.00$ 50.00$ 1 -$ -$ 190.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 11 7,890.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 12 ISLES OF CAPRI PUMP STATION 401 San Juan Ave & 920 Capri Blvd A Lawn Maintenance 24 200.00$ 4,800.00$ B Shrub/Hedge Maintenance 12 100.00$ 1,200.00$ K Perimeter Maintenance - 5 ft on both sides 12 200.00$ 2,400.00$ 8,400.00$ 12 1 75.00$ 75.00$ 1 65.00$ 65.00$ 1 50.00$ 50.00$ 1 -$ -$ 190.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 12 8,590.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate SUBTOTAL FOR ITEM NUMBER 10 SUBTOTAL FOR ITEM NUMBER 11 SUBTOTAL FOR ITEM NUMBER 12 Page 5754 of 10663 3 of 5 13 MANATEE REPUMP STATION - 1300 Manatee Road A Lawn Maintenance 24 300.00$ 7,200.00$ B Shrub/Hedge Maintenance 12 150.00$ 1,800.00$ C Bush Hog and Brush Clearing 1 250.00$ 250.00$ K Perimeter Maintenance - 5 ft on both sides 12 200.00$ 2,400.00$ 11,650.00$ 13 1 75.00$ 75.00$ 1 65.00$ 65.00$ 1 50.00$ 50.00$ 1 -$ -$ 190.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 13 11,840.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 14 GOODLAND REPUMP STATION - 2559 San Marco Rd A Lawn Maintenance 24 150.00$ 3,600.00$ B Shrub/Hedge Maintenance 12 50.00$ 600.00$ K Perimeter Maintenance - 5 ft on both sides 12 100.00$ 1,200.00$ 5,400.00$ 14 1 75.00$ 75.00$ 1 65.00$ 65.00$ 1 50.00$ 50.00$ 1 -$ -$ 190.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 14 5,590.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 15 RAW WATER BOOSTER STATION 841 7th Ave SW, Naples, FL A Lawn Maintenance 24 350.00$ 8,400.00$ B Shrub/Hedge Maintenance 12 250.00$ 3,000.00$ K Perimeter Maintenance - 5 ft on both sides 12 800.00$ 9,600.00$ 21,000.00$ 15 1 75.00$ 75.00$ 1 65.00$ 65.00$ 1 50.00$ 50.00$ 1 -$ -$ 190.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 15 21,190.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ITEM NUMBER 13 SUBTOTAL FOR ITEM NUMBER 14 SUBTOTAL FOR ITEM NUMBER 15 Page 5755 of 10663 4 of 5 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 16 Northeast Recycling Drop-Off Center 825 39th Ave NE, Naples, FL 34120 A Lawn Maintenance 24 500.00$ 12,000.00$ B Shrub/Hedge Maintenance 12 300.00$ 3,600.00$ C Bush Hog and Brush Clearing 1 300.00$ 300.00$ D Irrigation Maintenance 12 350.00$ 4,200.00$ E Fertilization Maintenance 3 200.00$ 600.00$ F Pest Control 6 200.00$ 1,200.00$ G Palm and Tree Trimming Maintenance 2 2,000.00$ 4,000.00$ H Areca Palm Maintenance 1 1,500.00$ 1,500.00$ K Perimeter Maintenance - 2 ft on both sides 12 300.00$ 3,600.00$ 31,000.00$ 16 1 75.00$ 75.00$ 1 65.00$ 65.00$ 1 50.00$ 50.00$ 1 -$ -$ 190.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 16 31,190.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 22 Immokalee Landfill - 700 Stockade Rd. A Lawn Maintenance 24 2,200.00$ 52,800.00$ B Shrub/Hedge Maintenance 12 800.00$ 9,600.00$ C Bush Hog and Brush Clearing 1 1,000.00$ 1,000.00$ D Irrigation Maintenance 12 250.00$ 3,000.00$ E Fertilization Maintenance 3 200.00$ 600.00$ F Pest Control 6 200.00$ 1,200.00$ G Palm and Tree Trimming Maintenance 2 2,000.00$ 4,000.00$ H Areca Palm Maintenance 1 2,000.00$ 2,000.00$ K Perimeter Maintenance - 2 ft on both sides 12 3,000.00$ 36,000.00$ 110,200.00$ 22 1 75.00$ 75.00$ 1 65.00$ 65.00$ 1 50.00$ 50.00$ 1 -$ -$ 190.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 22 110,390.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 23 Eustis Landfill - Part of 1060 Sanitation Rd. A Lawn Maintenance 12 4,000.00$ 48,000.00$ Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate SUBTOTAL FOR ITEM NUMBER 22 SUBTOTAL FOR ITEM NUMBER 16 Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Page 5756 of 10663 5 of 5 C Bush Hog and Brush Clearing 1 3,000.00$ 3,000.00$ K Perimeter Maintenance - 2 ft on both sides 12 1,000.00$ 12,000.00$ 63,000.00$ 23 1 75.00$ 75.00$ 1 65.00$ 65.00$ 1 50.00$ 50.00$ 1 -$ -$ 190.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 23 63,190.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 25 Green Blvd. Water Station 4781 Green Blvd. A Lawn Maintenance 24 400.00$ 9,600.00$ B Shrub/Hedge Maintenance 12 250.00$ 3,000.00$ C Bush Hog and Brush Clearing 1 500.00$ 500.00$ K Perimeter Maintenance - 5 ft on both sides 12 250.00$ 3,000.00$ 16,100.00$ 25 1 75.00$ 75.00$ 1 65.00$ 65.00$ 1 50.00$ 50.00$ 1 -$ -$ 190.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 25 16,290.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 28 Livingston Road ASR , 15694 Livingston RD A Lawn Maintenance 36 500.00$ 18,000.00$ B Shrub/Hedge Maintenance 12 300.00$ 3,600.00$ D Irrigation Maintenance 12 300.00$ 3,600.00$ E Fertilization Maintenance 3 200.00$ 600.00$ F Pest Control 6 200.00$ 1,200.00$ G Palm and Tree Trimming Maintenance 18 400.00$ 7,200.00$ 34,200.00$ 28 1 75.00$ 75.00$ 1 65.00$ 65.00$ 1 50.00$ 50.00$ 1 -$ -$ 190.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 28 34,390.00$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate SUBTOTAL FOR ITEM NUMBER 28 SUBTOTAL FOR ITEM NUMBER 23 Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ITEM NUMBER 25 Page 5757 of 10663 Page 5758 of 10663 Page 5759 of 10663 Page 5760 of 10663 Page 5761 of 10663 Page 5762 of 10663 Collier County C��r County Procurement Services Division Form S Reference Questionnaire (USE ONE FORM FOR EACII REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: A&M PROPERTY MAINTENANCE LLC (Name of Company Requesting ARMANDO B. YZAGUIR Solicitation 23-8136 Tami Scott (Evaluator completin COLLIER COUNTY BOARD OF COMMISSIONERS-BAYSHORE MSTU (Evaluator's Company completing reference) Collier County has implcmcnte a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of I to I 0. with 10 representing that you were very satisifed (and would hire the firm/individual again) and I representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "O." Project Description: Lawn Maintenance Completion Date: Project Budget: Project Number of Days: 365 Item Criteria Score (must he completed) Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents. final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies. procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOT AL SCORE: OF ALL ITEMS 100 06/27/2023 11:20 AM p.60 Page 5763 of 10663 Collier County SolicitatiOn 23-8136 Co�er County Procurement Services Division Form 5 Reference Questionnaire (VSE ONE FORM FOR EACH REQUIRED REFERENCE> Solicitation: Reference Questionnaire for: A&M PROPERTY MAINTENANCE LLC (Name of Company Requesting Reference Information) ARMANDO B. YZAGUIRRE (Name of Individuals Requesting Reference Information) Name: SUM EET PEREZ (Evaluator completing reference questionnaire) Company: COLLIER COUNTY SCHOOLS (Evaluator's Company completing reference) Emai1:Pe rezs7@collierschools.com FAX: Tclephone:23'1-.371-0� Collier C-01.lllty has implemented a process that collects reference information on firms and their key personnel to be used in thi.! sdcct1un of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for v,itich they ha,.: previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of I to Io. with 10 representing that you were very sarisifed (and would hire the firm/individual again) and 1 representing that you were ,c1y unsatisfied (and would never hire the finn/indivdiual again). If you do not have sufficient knowledge of past pcrfonnance in a parti.:ul.ir area, leave it blank and the item or form will be scored .. O." Project Description: Lawn M aintenanc e Project Budget: __________ _ Completion Date: Renews yearly Project Number of Days: _Y_e_a_r_ly ______ _ Item Criteria Score (musl be comoleted} Abiliry to manage the project costs (minimize change orders to scope). ID Ability to maintain project schedule (complete on-time or early). /'() 3 Quality of work. lb I 4 Quality of consultative advice provided on the project. /() 5 Professionalism and ability to manage personnel. /0 6 Project administration (completed docmnents, final invoice. final product turnover; lo invoices; manuals or going forward documentation, etc.) 7 Ability 10 verbally communicate and document information clearly and succ111ctly. In 8 Abiltity to manage risks and unexpected praject circumstances. In Ability to follow contract documents. policies. procedures. rules. regulations. etc. /0 JO Overall comfort level with hiring the company in the future (customer satisfaction). lo TOTAL SCORE OF ALL ITEMS /"1) 06/27/2023 11:20 AM p 60 Page 5764 of 10663 Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Company: Immokalee CRA (Evaluator’s Company completing reference) Name: Christie Betancourt (Evaluator completing reference questionnaire) Email: christie.betancourt@colliercountyfl.gov FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Solicitation 23-8136Collier County 6/27/2023 11:20 AM p. 60 23-8136 A&M PROPERTY MAINTENANCE, LLC ARMANDO B. YZAGUIRRE 239.867.0028 Landscape Maintenance $218,890.69 2 additional 1 year terms 3 year term 10 10 10 10 10 10 10 10 10 10 100 Page 5765 of 10663 NOTHING TO SUBMIT Page 5766 of 10663 06/10/2024 Page 5767 of 10663 4396 OWENS WAY AVE MARIA, FL 34142 Current Principal Place of Business: Current Mailing Address: 4396 OWENS WAY AVE MARIA, FL 34142 US Entity Name: A&M PROPERTY MAINTENANCE LLC DOCUMENT# L08000046795 FEI Number: 26-2564413 Certificate of Status Desired: Name and Address of Current Registered Agent: YZAGUIRRE, SYLVIA B 4396 OWENS WAY AVE MARIA, FL 34142 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Authorized Person(s) Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Authorized Person(s) Detail Date FILED Feb 15, 2023 Secretary of State 5131623088CC SYLVIA B YZAGUIRRE MANAGER 02/15/2023 2023 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT No Title MANAGER, AUTHORIZED MEMBER Name YZAGUIRRE, SYLVIA BETANCOURT Address 4396 OWENS WAY City-State-Zip:AVE MARIA FL 34142 Title MANAGER, AUTHORIZED MEMBER Name YZAGUIRRE, ARMANDO BENITO Address 4396 OWENS WAY City-State-Zip:AVE MARIA FL 34142 Page 5768 of 10663 Page 1 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR E-VERIFY EMPLOYER AGENTS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the E-Verify Employer Agent, the Employer, DHS, and the Social Security Administration (SSA). The Employer is not a party to this MOU; however, this MOU contains a section titled Responsibilities of the Employer. This section is provided to inform E-Verify Employer Agents acting on behalf of the Employer of the responsibilities and obligations their clients are required to meet. The Employer is bound by these responsibilities through signing a separate MOU during their enrollment as a client of the E-Verify Employer Agent. The E-Verify program requires an initial agreement between DHS and the E-Verify Employer Agent as part of the enrollment process. After agreeing to the MOU as set forth herein, completing the tutorial, and obtaining access to E-Verify as an E-Verify Employer Agent, the E-Verify Employer Agent will be given an opportunity to add a client once logged into E-Verify. All parties, including the Employer, will then be required to sign and submit a separate MOU to E-Verify. The responsibilities of the parties remain the same in each MOU. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF E-VERIFY EMPLOYER AGENT 1.The E-Verify Employer Agent agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the E-Verify Employer Agent representatives who will be accessing The parties to this agreement are the Department of Homeland Security (DHS) and A&M Property Maintenance, LLC (E-Verify Employer Agent). The purpose of this agreement is to set forth terms and conditions which the E-Verify Employer Agent will follow while participating in E-Verify. 1641454 Page 5769 of 10663 Page 2 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: information under E-Verify and shall update them as needed to keep them current. 2. The E-Verify Employer Agent agrees to become familiar with and comply with the E-Verify User Manual and provide a copy of the most current version of the E-Verify User Manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. The E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available and to provide a copy of the revised version to the Employer no later than 30 days after the manual becomes available. 3. The E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on the most recent E-Verify policy and procedures. 4. The E-Verify Employer Agent agrees that any E-Verify Employer Agent Representative who will perform employment verification cases will complete the E-Verify Tutorial before that individual initiates any cases. a. The E-Verify Employer Agent agrees that all E-Verify Employer Agent representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E-Verify, including any tutorials for Federal contractors, if any of the Employers represented by the E-Verify Employer Agent is a Federal contractor. b. Failure to complete a refresher tutorial will prevent the E-Verify Employer Agent and Employer from continued use of E-Verify. 5. The E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need E-Verify access. The E-Verify Employer Agent must promptly terminate an employee’s E-Verify access if the employee is separated from the company or no longer needs access to E-Verify. 6. The E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as required by the E-Verify rules and regulations as modified from time to time. 7. The E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and policies, commit sufficient personnel and resources to meet the requirements of this MOU. 8. The E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes, policies, and procedures. The E-Verify Employer Agent also agrees to provide its clients with ongoing E-Verify training as needed. E-Verify is not responsible for providing training to clients of E-Verify Employer Agents. 9. The E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.1 below. 10. The E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in accordance with the E-Verify Manual, the E-Verify Web-Based Tutorial and all other published E-Verify rules and procedures. The E-Verify Employer Agent will create E-Verify cases using information provided by the Employer and will immediately communicate the response back to the Employer. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the E-Verify Employer Agent’s attempting, in good faith, to 1641454 Page 5770 of 10663 Page 3 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: make inquiries on behalf of the Employer during the period of unavailability. 11.When the E-Verify Employer Agent receives notice from a client company that it has received a contract with the FAR clause, then the E-Verify Employer Agent must update the company’s E-Verify profile within 30 days of the contract award date. 12. If data is transmitted between the E-Verify Employer Agent and its client, then the E-Verify Employer Agent agrees to protect personally identifiable information during transmission to and from the E-Verify Employer Agent. 13. The E-Verify Employer Agent agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 14. The E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9, employment records, and all records pertaining to the E-Verify Employer Agent’s use of E-Verify, and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. 15. The E-Verify Employer Agent shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The E-Verify Employer Agent shall not describe its services as federally-approved, federally-certified, or federally- recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify Employer Agent services and any claim to that effect is false. 16. The E-Verify Employer Agent shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 17. The E-Verify Employer Agent agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the E-Verify Employer Agent’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 18. The E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the E-Verify Employer Agent may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF THE EMPLOYER The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities. It is the E-Verify 1641454 Page 5771 of 10663 Page 4 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3. The Employer shall become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Verify User Manual from the E-Verify Employer Agent. 4. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 1-888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 5. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 6. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 4 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, 1641454 Page 5772 of 10663 Page 5 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 7. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 8. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 9. The Employer must use E-Verify (through its E-Verify Employer Agent) for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 10. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B below) to contact DHS with information necessary to resolve the challenge. 11. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo 1641454 Page 5773 of 10663 Page 6 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 12. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 13. The Employer agrees that it will use the information it receives from E-Verify (through its E-Verify Employer Agent) only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 15. The Employer acknowledges that the information it receives through the E-Verify Employer Agent from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 1641454 Page 5774 of 10663 Page 7 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: 16. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify (whether directly or through their E-Verify Employer Agent), which includes permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 17. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 18. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 19. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 20. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. C. RESPONSIBILITIES OF FEDERAL CONTRACTORS The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities if the Employer is a federal contractor or becomes a Federal contractor. The E-Verify Employer Agent should instruct the client to keep the E-Verify Employer Agent informed about any changes or updates related to federal contracts. It is the E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of 1641454 Page 5775 of 10663 Page 8 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.B.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, 1641454 Page 5776 of 10663 Page 9 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of the Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. D. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer (through the E-Verify Employer Agent) against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent) through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the E-Verify Employer Agent. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the E-Verify Employer Agent. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. 1641454 Page 5777 of 10663 Page 10 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: E. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU a. Automated verification checks on alien employees by electronic means, and b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the E-Verify Employer Agent with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train E-Verify Employer Agents on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require E-Verify Employer Agents to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer (through the E-Verify Employer Agent) a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the E-Verify Employer Agent’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. 1641454 Page 5778 of 10663 Page 11 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities. It is the E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer (through the E-Verify Employer Agent) within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action 1641454 Page 5779 of 10663 Page 12 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer (though the E-Verify Employer Agent) within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer or the E-Verify Employer Agent for verification services performed under this MOU. The E-Verify Employer Agent is responsible for providing equipment needed to make inquiries. To access E-Verify, an E-Verify Employer Agent will need a personal computer with Internet access. 1641454 Page 5780 of 10663 Page 13 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. B. TERMINATION 1. The E-Verify Employer Agent may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. In addition, any Employer represented by the E-Verify Employer Agent may voluntarily terminate its MOU upon giving DHS 30 days’ written notice. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the E-Verify Employer Agent’s participation in E-Verify, with or without notice, at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the E-Verify Employer Agent or the Employer, or a failure on the part of either party to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An E-Verify Employer Agent for an Employer that is a Federal contractor may terminate this MOU for that Employer when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the E-Verify Employer Agent must provide written notice to DHS. If the E-Verify Employer Agent fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The E-Verify Employer Agent agrees that E-Verify is not liable for any losses, financial or otherwise, if the E-Verify Employer Agent or the Employer is terminated from E-Verify. 1641454 Page 5781 of 10663 Page 14 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the E-Verify Employer Agent, its agents, officers, or employees. C. The E-Verify Employer Agent may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The E-Verify Employer Agent understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the E-Verify Employer Agent and DHS respectively. The E-Verify Employer Agent understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer or the E-Verify Employer Agent, as the case may be, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the E-Verify Employer Agent. If you have any questions, contact E-Verify at 1-888-464-4218. 1641454 Page 5782 of 10663 Page 15 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Approved by: E-Verify Employer Agent Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 1641454 A&M Property Maintenance, LLC Sylvia Yzaguirre Electronically Signed 02/11/2021 Electronically Signed Page 5783 of 10663 Page 16 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 1641454 A&M Property Maintenance, LLC 4396 Owens Way Ave Maria, FL 34142 COLLIER 262564413 811 10 to 19 1 Page 5784 of 10663 Page 17 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 1641454 FLORIDA 1 site(s) Page 5785 of 10663 Page 18 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 1641454 Name Sylvia B Yzaguirre Phone Number (239) 503 - 1897 Fax Number Email Address Sylvia.yzaguirre@aandmproperty.com Page 5786 of 10663 Page 19 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: 1641454 Page intentionally left blank Page 5787 of 10663 Page 5788 of 10663 Page 5789 of 10663 Page 5790 of 10663 Page 5791 of 10663 Page 5792 of 10663 Page 5793 of 10663 COLLIER COUNTY BUSINESS TAXCOLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 BUSINESS TAX NUMBER: LOCATION: LEGAL FORM DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. CLASSIFICATION: CLASSIFICATION CODE:DATE AMOUNTRECEIPTThis document is a business tax only. This is not certification that licensee is qualified. It does not permit the licensee to violate any existing regulatory zoning laws of the state, county, or cities nor does it exempt the licensee from any other taxes or permits that may be required by law. VISIT OUR WEBSITE AT: www.colliertaxcollector.com THIS RECEIPT EXPIRES ZONED:BUSINESS PHONE: -THIS TAX IS NON-REFUNDABLE- STATE OR COUNTY LIC #:A & M PROPERTY MAINTENANCE, LLC IRRIGATION / SPRINKLER CONTRACTOR 18.00 1-10 EMPLOYEES SEPTEMBER 30, 2025 HOME OCCUPATION YZAGUIRRE, ARMANDO 4396 OWENS WAY AVE MARIA, FL 34142 140741 239-503-0303 LLC WWW-25-00042297 C33963 02105301 07/03/2024 4396 OWENS WAY Page 5794 of 10663 COLLIER COUNTY BUSINESS TAXCOLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 BUSINESS TAX NUMBER: LOCATION: LEGAL FORM DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. CLASSIFICATION: CLASSIFICATION CODE:DATE AMOUNTRECEIPTThis document is a business tax only. This is not certification that licensee is qualified. It does not permit the licensee to violate any existing regulatory zoning laws of the state, county, or cities nor does it exempt the licensee from any other taxes or permits that may be required by law. VISIT OUR WEBSITE AT: www.colliertaxcollector.com THIS RECEIPT EXPIRES ZONED:BUSINESS PHONE: -THIS TAX IS NON-REFUNDABLE- STATE OR COUNTY LIC #:A & M PROPERTY MAINTENANCE, LLC MAINT. SERVICE/ NO CONTRACTOR WORK 22.00 2-5 EMPLOYEES NO FERTILIZING SEPTEMBER 30, 2025 HOME OCCUPATION YZAGUIRRE, ARMANDO 4396 OWENS WAY AVE MARIA, FL 34142 062877 370-0733 LLC WWW-25-00042299 03703301 07/03/2024 4396 OWENS WAY Page 5795 of 10663 Page 5796 of 10663 EFFECTIVE DATE: PERSON: BUSINESS NAME AND ADDRESS: SCOPE OF BUSINESS OR TRADE: ARMANDO B YZAGUIRRE A&M PROPERTY MAINTENANCE LLC 4396 OWENS WAY IMMOKALEE, FL 34142 FEIN: JIMMY PATRONIS CHIEF FINANCIAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION * * CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW * * IMPORTANT: Pursuant to subsection 440.05(14), F.S., an officer of a corporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter. Pursuant to subsection 440.05(12), F.S., Certificates of election to be exempt issued under subsection (3) shall apply only to the corporate officer named on the notice of election to be exempt and apply only within the scope of the business or trade listed on the notice of election to be exempt. Pursuant to subsection 440.05(13), F.S., notices of election to be exempt and certificates of election to be exempt shall be subject to revocation if, at any time after the filing of the notice or the issuance of the certificate, the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate. The department shall revoke a certificate at any time for failure of the person named on the certificate to meet the requirements of this section. DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 QUESTIONS? (850) 413-1609E01582589 Lawn or Shrub Spraying & Drivers Irrigation Works Operation & Drivers NON-CONSTRUCTION INDUSTRY EXEMPTION 8/18/2022 EXPIRATION DATE:8/17/2024 262564413 EMAIL:SYLVIA.YZAGUIRRE@AANDMPROPERTY.COM This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law. Page 5797 of 10663 Page 5798 of 10663 Page 5799 of 10663 Page 5800 of 10663 Page 5801 of 10663 Page 5802 of 10663 Page 5803 of 10663 Page 5804 of 10663 Page 5805 of 10663 Page 5806 of 10663 Page 5807 of 10663 Page 5808 of 10663 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 5809 of 10663 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 10/24/2024 (800) 845-8437 11150 Duval Landscape Maintenance LLC 7011 Business Park Blvd. N. Jacksonville, FL 32256 41297 10172 A 2,000,000 ZAGLB1852203 7/1/2024 7/1/2025 300,000 10,000 2,000,000 4,000,000 4,000,000 2,000,000A ZACAT1847103 7/1/2024 7/1/2025 3,000,000B XLS2004713 7/1/2024 7/1/2025 3,000,000 A ZAWCI1833103 7/1/2024 7/1/2025 1,000,000 N 1,000,000 1,000,000 C Pollution Liability G73566149003 7/1/2024 Each Poll. Condition 1,000,000 C Pollution Liability G73566149003 7/1/2024 7/1/2025 General Aggregate 2,000,000 Re: Blanket/All projects performed on behalf of Collier County Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County are included as additional insureds, on a primary & non-contributory basis, under the terms & conditions of the attached forms & with respects to the GL, Automobile Liability & Umbrella Liability / Excess Liability Policies with respects to work performed by the named insured, when such requirements are required by written contract. All supporting endorsements & forms attached, if any, comprise the Certificate of Liability Insurance in its entirety. Please review these endorsements & forms as certain coverage provided by them may only apply when a written contract or agreement between the parties requires such coverage be provided. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 DUVALAN-02 DMCDANIEL Acrisure Southeast Partners Insurance Services, LLC 1317 Citizens Blvd Leesburg, FL 34748 Deborah Weigel dweigel@acrisure.com Arch Insurance Company Scottsdale Insurance Company Westchester Surplus Lines Insurance Company X 7/1/2025 X X X X X X Page 5810 of 10663 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. ALL PARTIES WHERE REQUIRED BY A WRITTEN CONTRACT OR WRITTEN AGREEMENT ON FILE. ALL LOCATIONS PER WRITTEN CONTRACT OR WRITTEN AGREEMENT ON FILE. ZAGLB1852203 Page 5811 of 10663 Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 5812 of 10663 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. ALL PARTIES WHERE REQUIRED BY A WRITTEN CONTRACT OR WRITTEN AGREEMENT ON FILE. ALL LOCATIONS PER WRITTEN CONTRACT OR WRITTEN AGREEMENT ON FILE. ZAGLB1852203 Page 5813 of 10663 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 PRIMARY AND NONCONTRIBUTORY – OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. Page 5814 of 10663 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV – Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. ANY PERSON OR ORGANIZATION WHERE WAIVER OF OUR RIGHT TO RECOVER IS PERMITTED BY LAW AND IS REQUIRED BY WRITTEN CONTRACT PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE LOSS. ZAGLB1852203 Page 5815 of 10663 00 CA0115 00 10 13 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - BLANKET This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM Under Covered Autos Liability Coverage, the Who is An Insured provision is amended to include as an "insured" the person or organization who is required under a written contract to be included as an "insured" under this policy, but only with respect to their legal liability for your acts or omissions or the act or omissions of a person for whom Covered Autos Liability Coverage is afforded under this policy. All other terms and conditions of this policy remain unchanged. Endorsement Number: Policy Number: ZACAT1847103 Named Insured: Duval Landscape Maintenance LLC This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date: 7/01/2024 Page 5816 of 10663 00 CA0116 00 04 10 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTING INSURANCE ENDORSEMENT - DESIGNATED CONTRACT(S) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM SCHEDULE Designated Contract(s): ALL PARTIES WHERE REQUIRED IN A WRITTEN CONTRACT With respect to the contract(s) designated in the Schedule above, it is agreed that the following subparagraph e. is added to SECTION IV - BUSINESS AUTO CONDITIONS, Paragraph B. 5. and SECTION V – GARAGE CONDITIONS, Paragraph B. 5. 5.Other Insurance e.With respect to SECTION II - LIABILITY COVERAGE, where you are specifically required by a written contract designated in the Schedule above to provide insurance that is primary and non-contributory, and the written contract designated in the Schedule above so requiring is executed by you before any “accident”, this insurance will be primary and the other insurance will not contribute with this insurance, but only to the extent required by that written contract. All other terms and conditions of this Policy remain unchanged. Endorsement Number: Policy Number: Named Insured: This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date: ZACAT1847103 Duval Landsape Maintenance LLC 7/01/2024 Page 5817 of 10663 00 ML0087 00 11 10 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION – CERTIFICATE HOLDERS (SPECIFIED DAYS) The person(s) or organization(s) listed or described in the Schedule below have requested that they receive written notice of cancellation when this policy is cancelled by us. We will mail or deliver to the Person(s) or Organization(s) listed or described in the Schedule a copy of the written notice of cancellation that we sent to you. If possible, such copies of the notice will be mailed at least 90 days, except for cancellation for non-payment of premium which will be mailed 10 days, prior to the effective date of the cancellation, to the address or addresses of certificate holders as provided by your broker or agent. Schedule Person(s) or Organization(s) including mailing address: All certificate holders where written notice of the cancellation of this policy is required by written contract, permit or agreement with the Named Insured and whose names and addresses will be provided by the broker or agent listed in the Declarations Page of this policy for the purposes of complying with such request. This notification of cancellation of the policy is intended as a courtesy only. Our failure to provide such notification to the person(s) or organization(s) shown in the Schedule will not extend any policy cancellation date nor impact or negate any cancellation of the policy. This endorsement does not entitle the person(s) or organization(s) listed or described in the Schedule above to any benefit, rights or protection under this policy. Any provision of this endorsement that is in conflict with a statute or rule is hereby amended to conform to that statute or rule. All other terms and conditions of this policy remain unchanged. Endorsement Number: Policy Number: Named Insured: This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date: ZAGLB1852203 Duval Landscape Maintenance LLC 7/01/2024 Page 5818 of 10663 POLICY NUMBER: ZACAT184 7103 COMMERCIAL AUTO CA 04 4410 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Duval Landscape Maintenance, LLC Endorsement Effective Date: 7/01/2024 SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION WHERE WAIVER OF OUR RIGHT TO RECOVER IS PERMITTED BY LAW AND IS REQUIRED BY WRITTEN CONTRACT PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 441013 © Insurance Services Office, Inc., 2011 Page 1 of 1 Page 5819 of 10663  1983 National Council on Compensation Insurance. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Premium WC 00 03 13 (Ed. 4-84) ANY PERSON OR ORGANIZATION WHERE WAIVER OF OUR RIGHT TO RECOVER IS PERMITTED BY LAW AND IS REQUIRED BY WRITTEN CONTRACT PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO DATE OF LOSS. Insurance Company ARCH INSURANCE COMPANY Countersigned by __________________________________________ 7/01/2024 ZAWCI1833103 Page 5820 of 10663 Page 5821 of 10663 Page 5822 of 10663 Page 5823 of 10663 Page 5824 of 10663 Page 5825 of 10663 Page 5826 of 10663 Page 5827 of 10663 Page 5828 of 10663 Page 5829 of 10663 Page 5830 of 10663 Page 5831 of 10663 Page 5832 of 10663 Page 5833 of 10663 Page 5834 of 10663 Page 5835 of 10663 Page 5836 of 10663 Page 5837 of 10663 Page 5838 of 10663 Page 5839 of 10663 Page 5840 of 10663 Page 5841 of 10663 Page 5842 of 10663 Page 5843 of 10663 Page 5844 of 10663 Page 5845 of 10663 Page 5846 of 10663 Page 5847 of 10663 Page 5848 of 10663 Page 5849 of 10663 Page 5850 of 10663 Page 5851 of 10663 Page 5852 of 10663 Page 5853 of 10663 Page 5854 of 10663 Page 5855 of 10663 Page 5856 of 10663 Page 5857 of 10663 Page 5858 of 10663 Page 5859 of 10663 Page 5860 of 10663 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 5861 of 10663 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [DUVAL LANDSCAPE MAINTENANCE LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities RESPONSE DEADLINE: June 11, 2024 at 3:00 pm Report Generated: Tuesday, June 11, 2024 Duval Landscape Maintenance LLC Response CONTACT INFORMATION Company: Duval Landscape Maintenance LLC Email: mark@duvallandscape.com Contact: Mark Bodkin Address: 1921 Rock Road 7011 Business Park Blvd N Naples, FL 34120 Phone: (239) 821-9599 Website: www.duvallandscape.com Submission Date: Jun 11, 2024 2:39 PM Page 5862 of 10663 [DUVAL LANDSCAPE MAINTENANCE LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities [DUVAL LANDSCAPE MAINTENANCE LLC] RESPONSE DOCUMENT REPORT undefined - Landscaping Maintenance for Public Utilities Facilities Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jun 10, 2024 10:38 AM by Mark Bodkin Addendum #2 Confirmed Jun 10, 2024 10:38 AM by Mark Bodkin QUESTIONNAIRE 1. 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company.* Confirmed 2. 2. General Bid Instructions* General Bid Instructions have been acknowledged and accepted. Confirmed 3. 3. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. 4. Insurance Requirements* Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) d ays of the County's issuance of a Notice of Recommended Award. Confirmed Page 5863 of 10663 [DUVAL LANDSCAPE MAINTENANCE LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities [DUVAL LANDSCAPE MAINTENANCE LLC] RESPONSE DOCUMENT REPORT undefined - Landscaping Maintenance for Public Utilities Facilities Page 3 5. 5. Collier County Required Forms 5.1. BID SCHEDULE* Please upload using EXCEL format. 24-8242_-_Bid_Schedule_Duval_Landscape_Maintenance_LLC.xlsx 5.2. VENDOR DECLARATION STATEMENT (FORM 1)* FORM_1_VENDOR_DECLARATION_STATEMENT_DUVAL.pdf 5.3. CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* FORM_2_CONFLICT_OF_INTEREST_CERTIFICATION_AFFIDAVIT_DUVAL.pdf 5.4. IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* FORM_3_IMMIGRATION_AFFIDAVIT_CERTIFICATIOB_DUVAL.pdf 5.5. REFERENCE QUESTIONNAIRE (FORM 4)* Vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last five (5) years) whose projects are of a similar nature to this solicitation as a part of their proposal. DUVAL_REFERENCE_1_COCONUT_POINT_CENTER.pdf DUVAL_REFERENCE_2_NAPLES_SANDPIPER_BAY.pdf DUVAL_REFERENCE_3_PIPERS_GROVE.pdf 5.6. GRANT FORMS (FORM 5)* FORM_5_DUVAL.pdf 5.7. W-9 FORM* DUVAL_W_9_2024.pdf 5.8. PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Page 5864 of 10663 [DUVAL LANDSCAPE MAINTENANCE LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities [DUVAL LANDSCAPE MAINTENANCE LLC] RESPONSE DOCUMENT REPORT undefined - Landscaping Maintenance for Public Utilities Facilities Page 4 SUN_BIZ_DOCUMENT_DUVAL_LANDSCAPE.pdf DUVAL_SUN_BIZ_DOCUMENT.pdf 5.9. E-VERIFY* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. E-Verify_Memorandum.pdf 5.10. SIGNED ADDENDA All addenda have been signed and attached. Addendum_1_and_2_acknowledged_Duval.pdf 5.11. LICENSE REQUIREMENT Vendor(s) must submit a Florida Department of Agriculture & Consumer Services (FDACS) Limited Certification for Urban Landscape Commercial Fertilizer. COLLIER_COUNTY_LICENSES_DUVAL.pdf 5.12. MISCELLANEOUS DOCUMENTS COLLIER_COUNTY_LICENSES_DUVAL_misc_w_COI.pdf Page 5865 of 10663 Page 5866 of 10663 Page 5867 of 10663 Page 5868 of 10663 Page 5869 of 10663 Page 5870 of 10663 Page 5871 of 10663 24-9242 Public Utilities Duval Landscape Maintenance LLC Michelle Velasquez LCAM Seacrest Southwest Property Management Naples Sandpiper Bay Club Condo Association mvelasquez@swpropmgt.com (239)250-9466 Full service landscape maintenance contract $75,000 Annually /$52,600 Enhancements Ongoing 210 days ongoing 10 10 10 10 10 10 10 10 10 10 100 Page 5872 of 10663 Page 5873 of 10663 Page 5874 of 10663 Page 5875 of 10663 Page 5876 of 10663 Page 5877 of 10663 Page 5878 of 10663 Page 5879 of 10663 Page 5880 of 10663 Page 5881 of 10663 Page 5882 of 10663 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 10  Duval Landscape Maintenance, LLC 27-0877531 Proposed = $1,405,030.00 Mark A. Bodkin 06/11/2024Duval Landscape Maintenance LLC mark@duvallandscape.com 239-821-9599 XX X XX X X X Vice President of Sales & Marketing 904-900-1127 X Page 5883 of 10663 Page 5884 of 10663 Page 5885 of 10663 7011 BUSINESS PARK BLVD N. JACKSONVILLE, FL 32256 Current Principal Place of Business: Current Mailing Address: 7011 BUSINESS PARK BLVD N JACKSONVILLE, FL 32256 US Entity Name: DUVAL LANDSCAPE MAINTENANCE, LLC DOCUMENT# L09000077374 FEI Number: 27-0877531 Certificate of Status Desired: Name and Address of Current Registered Agent: BULLOCK, ROBIN S 7011 BUSINESS PARK BLVD N JACKSONVILLE, FL 32256 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Authorized Person(s) Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Authorized Person(s) Detail Date FILED Feb 12, 2024 Secretary of State 6152793497CC EDWIN R CINTRON CFO 02/12/2024 2024 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT No Title MGRM Name BULLOCK, ROBIN S Address 7011 BUSINESS PARK BLVD N City-State-Zip:JACKSONVILLE FL 32256 Title CFO Name CINTRON, EDWIN R Address 7011 BUSINESS PARK BLVD N City-State-Zip:JACKSONVILLE FL 32256 Page 5886 of 10663 Page 5887 of 10663 Page 5888 of 10663 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Duval Landscape Maintenance LLC 954312 Page 5889 of 10663 Company ID Number: 4.The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5.The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a.The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6.The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a.If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b.If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7.The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8.The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the anti- discrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a.The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 954312 Page 5890 of 10663 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b.DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9.The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10.The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11.The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12.The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13.The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 954312 Page 5891 of 10663 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 (customer service) or 1-888-897-7781 (worker hotline). 14.The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15.The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16.The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17.The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18.The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 954312 Page 5892 of 10663 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19.The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20.The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21.The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22.The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1.If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2.In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a.An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 954312 Page 5893 of 10663 Company ID Number: b.Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c.Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d.Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i.That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii.The employee’s work authorization has not expired, and iii.The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f.The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i.The Employer cannot determine that Form I-9 complies with Article II.A.6, ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii.The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 954312 Page 5894 of 10663 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g.The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1.SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2.SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3.SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4.SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1.DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a.Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 954312 Page 5895 of 10663 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4.DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5.DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6.DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7.DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8.DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9.DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 954312 Page 5896 of 10663 Company ID Number: The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2.The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3.After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4.The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6.The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1.If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2.The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3.The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4.If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 954312 Page 5897 of 10663 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5.If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6.The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a.Scanning and uploading the document, or b.Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7.The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8.DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 954312 Page 5898 of 10663 Company ID Number: B. TERMINATION 1.The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2.Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3.An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non- Federal contractor participants, and will be required to use the E-Verify p rocedures to verify the employment eligibility of all newly hired employees. 4.The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A.Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B.Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C.The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D.Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 954312 Page 5899 of 10663 Company ID Number: E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 954312 Page 5900 of 10663 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 USCIS Verification Division 03/11/2016 Edwin R Cintron Electronically Signed Duval Landscape Maintenance LLC 03/11/2016 Electronically Signed 954312 Page 5901 of 10663 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Duval Landscape Maintenance LLC DUVAL 561 100 to 499 954312 7011 Business Park Blvd North Jacksonville, FL 32256 270877531 6 site(s) Page 5902 of 10663 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 FL 6 954312 Page 5903 of 10663 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Email Email 9049001127 5619456613 Jamey Goss Edwin R Cintron 954312 Name Name 9042120547 Phone Number Phone Number Fax Fax jamey@duvallandscape.com edwin@duvallandscape.com Page 5904 of 10663 Company ID Number: This list represents the first 20 Program Administrators listed for this company. Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 954312 Page 5905 of 10663 Page 5906 of 10663 Page 5907 of 10663 DUVAL LANDSCAPE MAINTENANCE LLC LICENSES &CERTIFICATION Page 5908 of 10663 Page 5909 of 10663 Page 5910 of 10663 Bidder's Federal Employee Identification Number (FEIN) FEIN 27-0877531 Evidence of legal authority to conduct business in Florida (e.g. business license number). Pest Control Business License #JB333042 | Certified Pest Control Operator License #JF238828 & JF6172 | Commercial Fertilizer Applicator #LF305915 | #LF239999 Collier County (Landscaping Restricted Contracting License) #LCC20180000399 Collier County (Certificate of Competency Irrigation Sprinkler License) #LCC20180000277 COLLIER COUNTY & DACS LICENSES COLLIER COUNTY COLLIER COUNTY Page 5911 of 10663 Collier County *City of Marco *City of Naples * City of Everglades * Contractor Licensing IRRIGATION SPRINKLER Cert Nbr: LCC20180000399 Exp: 09/30/2025 Issuance Nbr: 201800000277 State Nbr:State Exp: DUVAL LANDSCAPE MAINTENANCE, LLC BOUCHER, JOSHUA J. 7011 BUSINESS PARK BLVD N JACKSONVILLE, FL 32256 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. Signed: Page 5912 of 10663 Collier County Board of County Commissioners Certificate of Competency Collier County * City of Marco * City of Naples * City of Everglades Issued Date: 10/01/2024 Company:DUVAL LANDSCAPE MAINTENANCE, LLC Address:7011 BUSINESS PARK BLVD N JACKSONVILLE, FL 32256 Telephone:(904) 900-1127 Qualifier:CAIN, TAYLOR LEE License #:LCC20180000399 Issuance #:201800001357 Classification:LANDSCAPING RESTRICTED Valid Thru: State License #: State Valid Thru: 09/30/2025 It is the Qualifier’s responsibility to keep current all records with Collier County. This shall include insurance certificates and/or contact information. Always verify licenses online at https://cvportal.colliercountyfl.gov/CityViewWeb/ Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 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/government/growth-management/divisions/operations- regulatory-management/contractor-licensing for more information as it becomes available. Page 5913 of 10663 Bidder's Federal Employee Identification Number (FEIN) FEIN 27-0877531 Evidence of legal authority to conduct business in Florida (e.g. business license number). Pest Control Business License #JB333042 | Certified Pest Control Operator License #JF238828 & JF6172 | Commercial Fertilizer Applicator #LF305915 | #LF239999 Collier County (Landscaping Restricted Contracting License) #LCC20180000399 Collier County (Certificate of Competency Irrigation Sprinkler License) #LCC20180000277 COLLIER COUNTY & DACS LICENSES DACS DACSDACSDACS Page 5914 of 10663 Page 5915 of 10663 Page 5916 of 10663 DUVALEQUIPMENT LIST Page 5917 of 10663 Page 5918 of 10663 DUVAL EQUIPMENT LIST Page 5919 of 10663 BUSINESS TAX RECEIPT Page 5920 of 10663 DUVAL LANDSCAPE MAINTENANCE LLC LICENSES &CERTIFICATION Page 5921 of 10663 Page 5922 of 10663 PEST CONTROL BUSINESS LICENSE Waiting on updated Certificate Page 5923 of 10663 Bidder's Federal Employee Identification Number (FEIN) FEIN 27-0877531 Evidence of legal authority to conduct business in Florida (e.g. business license number). Pest Control Business License #JB333042 | Certified Pest Control Operator License #JF238828 & JF6172 | Commercial Fertilizer Applicator #LF305915 | #LF239999 Collier County (Landscaping Restricted Contracting License) #LCC20180000399 Collier County (Certificate of Competency Irrigation Sprinkler License) #LCC20180000277 COLLIER COUNTY & DACS LICENSES COLLIER COUNTY COLLIER COUNTY Page 5924 of 10663 Bidder's Federal Employee Identification Number (FEIN) FEIN 27-0877531 Evidence of legal authority to conduct business in Florida (e.g. business license number). Pest Control Business License #JB333042 | Certified Pest Control Operator License #JF238828 & JF6172 | Commercial Fertilizer Applicator #LF305915 | #LF239999 Collier County (Landscaping Restricted Contracting License) #LCC20180000399 Collier County (Certificate of Competency Irrigation Sprinkler License) #LCC20180000277 COLLIER COUNTY & DACS LICENSES DACS DACSDACSDACS Page 5925 of 10663 Page 5926 of 10663 DUVALEQUIPMENT LIST Page 5927 of 10663 Page 5928 of 10663 DUVAL EQUIPMENT LIST Page 5929 of 10663 BUSINESS TAX RECEIPT Page 5930 of 10663 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [GROUND ZERO LANDSCAPING SERVICES INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities RESPONSE DEADLINE: June 11, 2024 at 3:00 pm Report Generated: Tuesday, June 11, 2024 GROUND ZERO LANDSCAPING SERVICES INC. Response CONTACT INFORMATION Company: GROUND ZERO LANDSCAPING SERVICES INC. Email: gzls.naplesfl@gmail.com Contact: AARON GROSS Address: 1907 FAIRFAX CIRCLE NAPLES, FL 34109 Phone: N/A Website: N/A Submission Date: Jun 10, 2024 10:15 AM Page 5931 of 10663 [GROUND ZERO LANDSCAPING SERVICES INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities [GROUND ZERO LANDSCAPING SERVICES INC.] RESPONSE DOCUMENT REPORT undefined - Landscaping Maintenance for Public Utilities Facilities Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jun 5, 2024 9:18 AM by AARON GROSS Addendum #2 Confirmed Jun 5, 2024 9:18 AM by AARON GROSS QUESTIONNAIRE 1. 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company.* Confirmed 2. 2. General Bid Instructions* General Bid Instructions have been acknowledged and accepted. Confirmed 3. 3. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. 4. Insurance Requirements* Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed Page 5932 of 10663 [GROUND ZERO LANDSCAPING SERVICES INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities [GROUND ZERO LANDSCAPING SERVICES INC.] RESPONSE DOCUMENT REPORT undefined - Landscaping Maintenance for Public Utilities Facilities Page 3 5. 5. Collier County Required Forms 5.1. BID SCHEDULE* Please upload using EXCEL format. public_utilities_24-8242_-_Bid_Schedule.xlsx 5.2. VENDOR DECLARATION STATEMENT (FORM 1)* 24-8242_vender_declaration.pdf 5.3. CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* 24-8242_conflict_interest.pdf 5.4. IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* 24-8242_Immigration_Affidavit.pdf 5.5. REFERENCE QUESTIONNAIRE (FORM 4)* Vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last five (5) years) whose projects are of a similar nature to this solicitation as a part of their proposal. 24-8242_reference_questionaire.pdf 5.6. GRANT FORMS (FORM 5)* 24-8242_grant_forms.pdf 5.7. W-9 FORM* 24-8242_W-9.pdf 5.8. PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. 24-8242_florida_Corperation.pdf Page 5933 of 10663 [GROUND ZERO LANDSCAPING SERVICES INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities [GROUND ZERO LANDSCAPING SERVICES INC.] RESPONSE DOCUMENT REPORT undefined - Landscaping Maintenance for Public Utilities Facilities Page 4 5.9. E-VERIFY* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. 24-8242_E-verify.pdf 5.10. SIGNED ADDENDA All addenda have been signed and attached. 24-8242_addendums.pdf 5.11. LICENSE REQUIREMENT Vendor(s) must submit a Florida Department of Agriculture & Consumer Services (FDACS) Limited Certification for Urban Landscape Commercial Fertilizer . 24-8242_fertilizer_license.pdf 5.12. MISCELLANEOUS DOCUMENTS 24-8242_additional_licenses.pdf Page 5934 of 10663 Page 5935 of 10663 Page 5936 of 10663 Page 5937 of 10663 Page 5938 of 10663 Page 5939 of 10663 Page 5940 of 10663 Page 5941 of 10663 Page 5942 of 10663 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 1  FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. Pursuant uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a Contract / Purchase Order. Compliance with Federal Law, Regulations and Executive Orders: The Sub-Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally-Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub-Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. o 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards o 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide Page 5943 of 10663 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 2  Access to Records: The contractor agrees to provide the County, the Florida Department of Emergency Management, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative’s access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives’ access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with section 1225 of the Disaster Recovery Act of 2018, the County and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. Affirmative Socioeconomic Steps: If subcontracts are to be let, the prime contractor is required to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure that small and minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Changes: To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract change, modification, amendment, addendum, change order, or constructive change must be necessary, allowable, allocable, within the scope of the grant or cooperative agreement, reasonable for the scope of work, and otherwise allowable. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. The contractor shall include this provision in any subcontracts. Domestic Preference for Procurements: As appropriate and to the extent consistent with law, the non- Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of this section must be included in all subawards including all contracts and purchase orders for work or products under this award. For purposes of this section: ‘‘Produced in the United States’’ means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. ‘‘Manufactured products’’ means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. License and Delivery of Works Subject to Copyright and Data Rights: The Contractor grants to the County, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the County or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the County data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by the County. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Page 5944 of 10663 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 3  Prohibition on Covered Telecommunications Equipment or Services: (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy, #405-143-1 Prohibitions on Expending FEMA Award Funds forcovered Telecommunications Equipment or Services As used in this clause – (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1) This clause does not prohibit contractors from providing — (i). A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii). Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: (i). Covered telecommunications equipment or services that: i. Are not used as a substantial or essential component of any system; and ii. Are not used as critical technology of any system. (ii). Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (d)Reporting requirement. (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer Page 5945 of 10663 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 4  number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph(e), in all subcontracts and other contractual instruments. Program Fraud and False or Fraudulent Statements or Related Acts: The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s actions pertaining to this contract. Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Procurement of Recovered Materials (§200.323) (Over $10,000): In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired— Competitively within a timeframe providing for compliance with the contract performance schedule; Meeting contract performance requirements; or At a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines webpage: https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. Termination for Cause and Convenience (over $10,000): See Standard Purchase Order and/or Contract Terms and Conditions Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient.” Page 5946 of 10663 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 5  Contractors must sign and submit a certification to the County with each bid or offer exceeding $100,000. See Certifications and Assurances and the end of this document. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The County or FEMA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.” For contracts that are only subject to Contract Work Hours and Safety Standards Act and are not subject to the other statutes in 29 C.F.R. § 5.1 “Further Compliance with the Contract Work Hours and Safety Standards Act. (1) The contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. (2) Records to be maintained under this provision shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. Page 5947 of 10663 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 6  Clean Air Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Administrative, Contractual, or Legal Remedies (over $250,000): Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. CONSTRUCTION ACTIVITIES Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4. During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor Page 5948 of 10663 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 7  union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part an the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Davis Bacon Act: Exempt under FEMA Public Assistance Funding Copeland Anti-Kickback Act: Exempt under FEMA Public Assistance Funding Page 5949 of 10663 Page 5950 of 10663 Page 5951 of 10663 Page 5952 of 10663 Page 5953 of 10663 Page 5954 of 10663 Page 5955 of 10663 Page 5956 of 10663 Page 5957 of 10663 Page 5958 of 10663 Page 5959 of 10663 Page 5960 of 10663 Page 5961 of 10663 Page 5962 of 10663 Page 5963 of 10663 Page 5964 of 10663 Page 5965 of 10663 Page 5966 of 10663 Page 5967 of 10663 Page 5968 of 10663 Page 5969 of 10663 Page 5970 of 10663 Page 5971 of 10663 Page 5972 of 10663 Page 5973 of 10663 Page 5974 of 10663 Page 5975 of 10663 Page 5976 of 10663 Page 5977 of 10663 Page 5978 of 10663 Page 5979 of 10663 Page 5980 of 10663 Page 5981 of 10663 Page 5982 of 10663 Page 5983 of 10663 Page 5984 of 10663 Page 5985 of 10663 Page 5986 of 10663 Page 5987 of 10663 Page 5988 of 10663 Page 5989 of 10663 Page 5990 of 10663 Page 5991 of 10663 Page 5992 of 10663 Page 5993 of 10663 Page 5994 of 10663 Page 5995 of 10663 Page 5996 of 10663 Page 5997 of 10663 Page 5998 of 10663 Page 5999 of 10663 Page 6000 of 10663 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 6001 of 10663 10/23/2024 McGowan Insurance Group Inc 355 Indiana Avenue Suite 200 Indianapolis IN 46204 Kathy Hoyer (317) 464-5000 (317) 464-5001 kathyhoyer@mcgowaninsgrp.com Mainscape, Inc.; Mainscape Fishers, LLC 13418 Britton Park Road Fishers IN 46038 Sentry Insurance Co 24988 Philadelphia Insurance Co.18058 2024-25 General Master A Landscape Design E & O Incl Contractual & Pesticide Included Deductible $500 Y A0257532012 10/01/2024 10/01/2025 1,000,000 100,000 10,000 1,000,000 3,000,000 2,000,000 Employee Benefits 1,000,000 A Liab Ded -0- A0257532001 10/01/2024 10/01/2025 1,000,000 Uninsured motorist combined single limit 1,000,000 A 10,000 A0257532009 10/01/2024 10/01/2025 10,000,000 10,000,000 A N A0257532008 / FL A0257532011 10/01/2024 10/01/2025 1,000,000 1,000,000 1,000,000 A Leased or rented Equip / Repl Cost B Employee Dishonesty A0257532004 / PHSD1829517 10/01/2024 10/01/2025 Limit ($1,000 Ded)$175,000 Limit ($10,000 Ded)$1,000,000 Re: For any and all work performed on behalf of Collier County. The following applies in favor of Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County when required by written contract, subject to policy terms and conditions: General Liability Additional insured (including Completed Operations) on a primary and non-contributory basis and Waiver of Subrogation in favor of additional insured per form CG7125 (06/22); Automobile Liability Additional Insured on a Primary & Non-contributory basis and Waiver of Subrogation per form CA7057 (06/22) Workers' Compensation Waiver of Subrogation per form WC000313 (04/84) Umbrella is following form. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Page 6002 of 10663 A0257532 Sentry Insurance Company 10/01/2024 d852bc1e-6be9-486b-ac81-fdffb1df2435 COMMERCIAL GENERAL LIABILITY CG 71 25 06 22 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS BLANKET ADDITIONAL INSUREDS, PRIMARY & NONCONTRIBUTORY, WAIVER OF SUBROGATION This endorsement modifies the coverage provided under the following Coverage Form(s): COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE 1.Additional Insureds - Automatic Status for 13 Additional Insured Types Section II - Who Is An Insured is amended to include the following as additional insureds when you have agreed to add that person or organization as an Additional Insured on your policy in a written contract or written agreement with that person or organization, or because of a permit issued by a state or political subdivision; provided the injury or damage occurs subsequent to the execution of the contract or agreement or issuance of the permit and while the contract, agreement or permit remains in effect. A.Owners, Lessees Or Contractors - Automatic Status When Required In A Written Construction Agreement With You 1)A person or organization with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a.Your acts or omissions; or b.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. Coverage enhancements are listed below. For details of each coverage, please read the corresponding policy provisions in the body of this endorsement. 1.Additional Insureds - Automatic Status for 13 Additional Insured Types A.Owners, Lessees Or Contractors - Automatic Status When Required In A Written Construction Agreement With You B.Owners, Lessees Or Contractors - Automatic Status When Required In Written Construction Agreement With You (Completed Operations) C.State or Governmental Agency or Subdivision or Political Subdivision - Permits or Authorizations D.Lessor of Leased Equipment E.Owners or Other Interests From Whom Land Has Been Leased F.Manager or Lessor of Premise G.Mortgagee, Assignee, or Receiver H.Controlling Interest I.Co-owner Of Insured Premises J.Executors, Administrators, Trustees Or Beneficiaries K.State Or Governmental Agency Or Subdivision Or Political Subdivision - Permits Or Authorizations Relating To Premises L.Vendors M.Grantor of Franchise 2.Primary and Noncontributory - Other Insurance Condition 3.Waiver Of Transfer Of Rights Of Recovery Against Others To Us (Waiver Of Subrogation) - Automatic Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 5CG 71 25 06 22 Page 6003 of 10663 A0257532 Sentry Insurance Company 10/01/2024 d852bc1e-6be9-486b-ac81-fdffb1df2435 A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed. 2)With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: a."Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1.The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2.Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. b."Bodily injury" or "property damage" occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. B.Owners, Lessees Or Contractors - Automatic Status When Required In Written Construction Agreement With You (Completed Operations) 1)Any person(s) or organization(s) with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" performed for that additional insured and included in the "products-completed operations hazard", but only when that portion of the “products-completed operations hazard” is not excluded by endorsement. 2)With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a.The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b.Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage" involved the rendering of or the failure to render any professional architectural, engineering or surveying services. C.State or Governmental Agency or Subdivision or Political Subdivision - Permits or Authorizations Any state or governmental agency or subdivision or political subdivision, subject to the following provisions: 1)This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. 2)This insurance does not apply to: Includes copyrighted material of Insurance Services Office, Inc., with its permission. CG 71 25 06 22Page 2 of 5 Page 6004 of 10663 A0257532 Sentry Insurance Company 10/01/2024 d852bc1e-6be9-486b-ac81-fdffb1df2435 a."Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or b."Bodily injury" or "property damage" included within the "products-completed operations hazard". D.Lessor of Leased Equipment 1)Any person(s) or organization(s) with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). 2)With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. E.Owners or Other Interests From Whom Land Has Been Leased 1)Any person(s) or organization(s) with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by you or those acting on your behalf in connection with the ownership, maintenance or use of that part of the land leased to you by the additional insured person(s) or organization(s). 2)With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: a.Any "occurrence" which takes place after you cease to lease that land; b.Structural alterations, new construction or demolition operations performed by or on behalf of the additional insured person(s) or organization(s). F.Manager or Lessor of Premise Any person(s) or organization(s) with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by you or those acting on your behalf in connection with the ownership, maintenance or use of that part of the premises leased to you by the additional insured person(s) or organization(s), subject to the following additional exclusions: This insurance does not apply to: 1)Any "occurrence" which takes place after you cease to be a tenant in that premises. 2)Structural alterations, new construction or demolition operations performed by or on behalf of the person(s) or organization(s) shown in the Schedule. G.Mortgagee, Assignee, or Receiver Any person(s) or organization(s) with respect to their liability as mortgagee, assignee or receiver and arising out of the ownership, maintenance or use of a premises by you. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for such additional insured person(s) or organization(s). H.Controlling Interest 1)Any person(s) or organization(s) with respect to their liability arising out of: a.Their financial control of you; or b.Premises they own, maintain or control while you lease or occupy these premises. 2)This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. I.Co-owner Of Insured Premises Any person(s) or organization(s) with respect to their liability as co-owner of a premises co-owned by you and covered under this insurance. J.Executors, Administrators, Trustees Or Beneficiaries Any executor, administrator, trustee or beneficiary of your estate or living trust while acting within the scope of their duties as such. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 5CG 71 25 06 22 Page 6005 of 10663 A0257532 Sentry Insurance Company 10/01/2024 d852bc1e-6be9-486b-ac81-fdffb1df2435 K.State Or Governmental Agency Or Subdivision Or Political Subdivision - Permits Or Authorizations Relating To Premises Any state or governmental agency or subdivision or political subdivision, subject to the following additional provision: This insurance applies only with respect to the following hazards for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization in connection with premises you own, rent or control and to which this insurance applies: 1)The existence, maintenance, repair, construction, erection or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners or decorations and similar exposures; or 2)The construction, erection or removal of elevators; or 3)The ownership, maintenance or use of any elevators covered by this insurance. L.Vendors 1)Any person(s) or organization(s) (referred to throughout this endorsement as vendor), but only with respect to liability for "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business. However: a.The insurance afforded to such vendor only applies to the extent permitted by law; and b.If coverage provided to the vendor is required by a contract or agreement, the insurance afforded to such vendor will not be broader than that which you are required by the contract or agreement to provide for such vendor. 2)With respect to the insurance afforded to these vendors, the following additional exclusions apply: a.The insurance afforded the vendor does not apply to: 1)"Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; 2)Any express warranty unauthorized by you; 3)Any physical or chemical change in the product made intentionally by the vendor; 4)Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; 5)Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; 6)Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; 7)Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or 8)"Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (1)The exceptions contained in Subparagraphs d. or f.; or Includes copyrighted material of Insurance Services Office, Inc., with its permission. CG 71 25 06 22Page 4 of 5 Page 6006 of 10663 A0257532 Sentry Insurance Company 10/01/2024 d852bc1e-6be9-486b-ac81-fdffb1df2435 (2)Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. b.This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. M.Grantor of Franchise Any person(s) or organization(s) with respect to their liability as grantor of a franchise to you. However: 1.The insurance afforded to such additional insureds only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. If there is any difference in coverage afforded to an additional insured in this endorsement and that provided under another additional insured endorsement attached to this policy, the broader coverage will apply to that additional insured. 2.Primary And Noncontributory Insurance The following is added to the Other Insurance Condition and supersedes any provision to the contrary: This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1)The additional insured is a Named Insured under such other insurance; and (2)You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. 3.Waiver Of Transfer Of Rights Of Recovery Against Others To Us (Waiver Of Subrogation) - Automatic The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery against any person or organization, because of any payment we make under this Coverage Part, to whom the insured has waived its right of recovery in a written contract or agreement. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person or organization prior to loss. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 5CG 71 25 06 22 Page 6007 of 10663 POLICY NUMBER:COMMERCIAL AUTO CA 76 16 06 18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to a person(s)or organization(s),but only to the extent that subrogation is waived prior to the "accident"or the "loss"under a written contract with that person or organization. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Named Insured:Mainscape Inc Endorsement Effective Date: 10/01/2024 A0257532001 Page 1 of 1CA 76 16 06 18 10/01/2024A0257532 Sentry Insurance Company 00001 0000000000 24275 0 N1 eae6d6ae-9b4c-4d5c-9689-500a0fbe06bdeae6d6ae-9b4c-4d5c-9689-500a0fbe06bd Page 6008 of 10663 A0257532 Sentry Insurance Company 10/01/2024 29058f57-fd5e-4c73-9cb1-3722063bead1 COMMERCIAL AUTO CA 70 57 06 22 SPECIAL BROAD FORM AUTO ENDORSEMENT This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM 1.Broadened Who Is An Insured Under Section II - Covered Autos Liability Coverage, the following is added to Coverage A.1. Who Is An Insured: d.Employees As Insureds Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or personal affairs. e.Newly Acquired Organizations Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: 1.Coverage under this provision is afforded only until the 90th day after you acquire or form the organization or the end of the policy period; whichever is earlier; and 2.Coverage does not apply to "bodily injury", "property damage" or "covered pollution cost or expense" that occurred before you acquired or formed the organization. f.For Any Covered “Auto”: Who Is An Insured is amended to include as an insured any organization or subsidiary thereof which is a legally incorporated entity of which you own a financial interest of more than 50 percent of the voting stock on the effective date of this endorsement. This provision applies only if there is no similar insurance available to the entity described above. 2.Additional Insured by Contract, Agreement or Permit SECTION II - LIABILITY COVERAGE, Paragraph A.1. Who is An Insured is amended to include the following as an “insured”: A.Any person or organization, where you have agreed by written contract to add as an additional insured, is an insured but only to the extent that person or organization qualifies as an “insured” under the Who is An Insured provision contained in Paragraph A.1. of Section II - Covered Autos Liability Coverage in the Business Auto Coverage Form. The insurance afforded under this provision only applies if the “bodily injury” or “property damage” occurs: 1.During the policy period, and 2.After the execution of such written contract, and 3.Prior to the expiration of the period that the written contract requires such insurance to be provided to the additional insured. B.This insurance is primary to and will not seek contribution from any other auto insurance issued to the person or organization in the schedule under your policy provided that: 1.The person or organization is a Named Insured under such other insurance; and 2.Prior to the “accident” you have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the person or organization. 3.Waiver of Transfer of Rights of Recovery The Transfer of Rights of Recovery Against Others to Us Condition does not apply to any person(s) or organization(s) for whom you are required to waive subrogation with the respect to coverage provided under this Coverage Form, but only to the extent that subrogation is waived: A.Under a written contract or agreement with such person(s) or organization(s), and B.Prior to the “accident” or the “loss.” 4.Broadened Supplementary Payments Coverage Extension 2.a. Supplementary Payments under Section II - Covered Autos Liability Coverages is amended as follows: A.Paragraph 2.a.(2) is amended to pay up to $3,000 for cost of bail bonds; and Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 4CA 70 57 06 22 Page 6009 of 10663 A0257532 Sentry Insurance Company 10/01/2024 29058f57-fd5e-4c73-9cb1-3722063bead1 B.Paragraph 2.a.(4) is amended to pay for loss of earnings up to $500 a day because of time off from work. 5.Fellow Employee Bodily Injury Extension The Fellow Employee exclusion contained in Section II - Covered Autos Liability Coverage does not apply. 6.Accidental Airbag Discharge The following is added to Exclusion B.3.a. under Section III - PHYSICAL DAMAGE: This exclusion does not apply to the accidental discharge of an airbag in a covered auto for a loss that Physical Damage Coverage is shown in the Declarations. 7.Towing We will pay up to the limit shown in the Declarations for towing and labor costs incurred each time a covered “auto” that is a private passenger type, light truck or medium truck is disabled. However, the labor must be performed at the place of disablement. 8.Physical Damage Coverage Extensions The following replaces the Coverage Extensions under Section III - PHYSICAL DAMAGE: a.Transportation Expenses We will pay up to $75 per day to a maximum of $1,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger, truck or van type with a Gross Vehicle Weight of less than 10,000 pounds. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". b.Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or agreement. We will pay for loss of use expense if caused by: (1)Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2)Specified Causes Of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for any covered "auto"; or (3)Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $50 per day, to a maximum of $1,500. 9.Rental Reimbursement A.For any covered "auto" for which Comprehensive and Collision coverages are provided, we will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of "loss" to a covered "auto". B.We will pay up to the limit shown in the Declarations for rental reimbursement expenses incurred by you for the rental of an "auto" because of "loss" to a covered "auto". Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered "auto". No deductibles apply to this coverage. C.We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: 1.The number of days reasonably required to repair or replace the covered "auto". If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you. 2.The number of days shown in the Schedule. D.Our payment is limited to the lesser of the following amounts: 1.Necessary and actual expenses incurred. 2.The maximum payment stated in the Schedule applicable to "any one day" or "any one period". E.This coverage does not apply while there are spare or reserve "autos" available to you for your operations. F.If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under the Physical Damage Coverage Extension. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 70 57 06 22Page 2 of 4 Page 6010 of 10663 A0257532 Sentry Insurance Company 10/01/2024 29058f57-fd5e-4c73-9cb1-3722063bead1 G.Our payment under this coverage extension is excess over any other rental reimbursement coverage available to you. 10.Hired Auto Physical Damage A.If you have Comprehensive or Specified Causes of Loss and Collision Coverages provided on your owned "autos" you may extend Physical Damage Coverage to any "autos" you lease, hire, rent or borrow; provided you have Liability Coverage for hired "autos". B.The hired "auto" must be of like kind and used as the "autos" owned and covered under this Coverage Form. C.The most we will pay for "loss" to any hired "auto" in any one "accident" is the least of the following amounts: (1)$75,000 (2)The actual cash value of the hired "auto" at the time of the "loss" (3)The cost of repairing or replacing the hired auto” with other property of like kind and quality D.The following deductible provisions apply: (1)The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage shown in the Declarations. E.Any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto" under this coverage extension. 11.Auto Loan And Lease Gap Coverage Section III - PHYSICAL DAMAGE is amended by the addition of the following: A.In the event of a total "loss" to a covered "auto" shown in the Declarations, we will pay any unpaid amount due on the lease or loan for a covered "auto", less: (1)The amount paid under the policy's Physical Damage Coverage; and (2)Any: (a)Overdue or any deferred lease/loan payments at the time of the "loss"; (b)Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c)Security deposits not returned by the lessor; (d)Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (e)Carry-over balances from previous loans or leases. B.This coverage extension applies to covered autos that are loaned or leased for a period of six months or longer and which have been provided Physical Damage Coverage. The "loss" must be caused by damage for which coverage is shown in the Declarations. C.For the purposes of this clause, the following is added to the Other Insurance Condition in the Business Auto Coverage Form: The insurance provided by the Auto Loan and Lease Gap Coverage is excess over any other collectible insurance including but not limited to any coverage provided by or purchased from the lessor or any financial institution. 12.Personal Effects The following is added to A.4. Coverage Extensions under Section III - Physical Damage Coverage: A.We will extend Physical Damage Coverage on a covered "auto" to include personal property owned by you, a relative or an "employee" that is in the covered "auto" at the time of "loss". The "loss" must be caused by damage for which coverage is shown in the Declarations. There must be evidence of forced entry for loss caused by theft. B.The exclusion referring to tapes, records, discs or other similar audio, visual or data electronic devices designated for use with audio, visual or data electronic equipment does not apply. C.The most we will pay for any one "loss" under this coverage extension is $2,000. No Physical Damage Coverage deductible applies to this coverage extension. D.Coverage provided by this Personal Effects extension is excess over any other collectible insurance. E.The coverage extension does not apply to the following property: (1)Any device designed or used to detect speed-measuring equipment such as radar or laser detectors and any jamming apparatus intended to elude or disrupt speed-measurement equipment; (2)Tools; (3)Jewelry, precious metals and loose gems; (4)Money and securities; or Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 4CA 70 57 06 22 Page 6011 of 10663 A0257532 Sentry Insurance Company 10/01/2024 29058f57-fd5e-4c73-9cb1-3722063bead1 (5)Property specifically insured or covered under the Business Personal Property Coverage of this policy. 13.Glass Deductible Under Section III - PHYSICAL DAMAGE, the following is added to A.3. Glass Breakage - Hitting A Bird Or Animal - Falling Objects Or Missiles Coverage: The Comprehensive Coverage deductible shown in the Declarations does not apply to glass breakage if such glass is repaired rather than replaced. 14.Broad Knowledge Of Accident, Claim, Suit Or Loss Under Section IV - Business Auto Conditions, the following is added to Loss Conditions A.2. Duties In The Event Of Accident, Claim, Suit Or Loss: Knowledge of an "accident", claim, "suit" or "loss" by an agent or "employee" of an insured or receipt of any demand, notice, summons or other legal paper in connection with a claim or "suit" by any agent or "employee" of any insured shall not in itself constitute knowledge of the named insured or receipt of the named insured, unless a partner, member, manager, executive officer or director shall have such knowledge or shall have received such demand, notice, summons or legal paper. 15.Unintentional Failure To Disclose Hazards Under Section IV - Business Auto Conditions, the following is added to General Conditions B.2. Concealment, Misrepresentation Or Fraud: If in your representations to us you unintentionally failed to disclose all hazards and exposures subject to this insurance, we shall not deny all coverage under this policy because of such oversight. 16.Mental Anguish A.The definition of "bodily injury" under Section V - Definitions is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including "mental anguish" or death resulting from any of these at any time. B.The following definition is added to Section V - Definitions: "Mental anguish" means extreme pain or distress inflicted upon an individual's emotional and intellectual condition with regard to the individual's response to the environment. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 70 57 06 22Page 4 of 4 Page 6012 of 10663 (Ed. 4-84) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule.(This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Name: Address:AK, CA, GA, HI, IN, MI, NC, NY, SC Description of Waiver:Any person or organization for whom the Named Insured has agreed by written contract executed prior to loss. JobID: (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No.Endorsement No. Insured Premium Insurance Company Countersigned by This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. ' 1983 National Council on Compensation Insurance. WC 00 03 13 (Ed. 4-84) Page 1 of 1 10/01/2024A0257532008 Sentry Insurance Company 00001 0000000000 24275 0 N1 dfe6ba55-6fff-4f0a-98ae-0703cb20112cdfe6ba55-6fff-4f0a-98ae-0703cb20112c Page 6013 of 10663 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [MAINSCAPE] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities RESPONSE DEADLINE: June 11, 2024 at 3:00 pm Report Generated: Tuesday, June 11, 2024 Mainscape Response CONTACT INFORMATION Company: Mainscape Email: lgarner@mainscape.com Contact: Loren Garner Address: 3451 Bonita Bay Blvd Bonita Springs, FL 34134 Phone: (239) 229-9940 Website: N/A Submission Date: Jun 8, 2024 1:52 PM Page 6014 of 10663 [MAINSCAPE] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities [MAINSCAPE] RESPONSE DOCUMENT REPORT undefined - Landscaping Maintenance for Public Utilities Facilities Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jun 8, 2024 11:38 AM by Loren Garner Addendum #2 Confirmed Jun 8, 2024 11:38 AM by Loren Garner QUESTIONNAIRE 1. 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company.* Confirmed 2. 2. General Bid Instructions* General Bid Instructions have been acknowledged and accepted. Confirmed 3. 3. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. 4. Insurance Requirements* Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed Page 6015 of 10663 [MAINSCAPE] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities [MAINSCAPE] RESPONSE DOCUMENT REPORT undefined - Landscaping Maintenance for Public Utilities Facilities Page 3 5. 5. Collier County Required Forms 5.1. BID SCHEDULE* Please upload using EXCEL format. Copy_of_24-8242_-_Bid_Schedule_3.xlsx 5.2. VENDOR DECLARATION STATEMENT (FORM 1)* Form_1_Vendor_Declaration_Statement.pdf 5.3. CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* Form_2_Conflict_of_Interest_Certification_Affidavit.pdf 5.4. IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* Form_3_Immigration_Affidavit_Certification.pdf 5.5. REFERENCE QUESTIONNAIRE (FORM 4)* Vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last five (5) years) whose projects are of a similar nature to this solicitation as a part of their proposal. Form_4_Reference_Questionairs.pdf 5.6. GRANT FORMS (FORM 5)* Grant_Forms.pdf 5.7. W-9 FORM* W9.pdf 5.8. PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Proof_of_Status_Division_of_Corp.pdf Page 6016 of 10663 [MAINSCAPE] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities [MAINSCAPE] RESPONSE DOCUMENT REPORT undefined - Landscaping Maintenance for Public Utilities Facilities Page 4 5.9. E-VERIFY* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. E-Verify.pdf 5.10. SIGNED ADDENDA All addenda have been signed and attached. Signed_Addendas.pdf 5.11. LICENSE REQUIREMENT Vendor(s) must submit a Florida Department of Agriculture & Consumer Services (FDACS) Limited Certification for Urban Landscape Commercial Fertilizer . License_Requirements.pdf 5.12. MISCELLANEOUS DOCUMENTS Other_Misc_Documents.pdf Page 6017 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 1 A Lawn Maintenance 52 1,628.15$ 84,663.80$ B Shrub/Hedge Maintenance 12 1,238.64$ 14,863.68$ E Fertilization Maintenance 3 3,456.51$ 10,369.53$ F Pest Control 6 127.15$ 762.90$ G Palm and Tree Trimming Maintenance 2 5,613.34$ 11,226.67$ 121,886.58$ 1 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 1 122,151.58$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 2 North Collier Regional Water Treatment Plant 8005 & 8205 Vanderbilt Beach Rd Ext, Naples A Lawn Maintenance 24 292.66$ 7,023.84$ B Shrub/Hedge Maintenance 12 1,766.69$ 21,200.28$ C Bush Hog and Brush Clearing 1 1,170.63$ 1,170.63$ D Irrigation Maintenance 12 215.00$ 2,580.00$ E Fertilization Maintenance 3 838.24$ 2,514.71$ F Pest Control 6 181.57$ 1,089.42$ G Palm and Tree Trimming Maintenance 2 1,120.00$ 2,240.00$ H Areca Palm Maintenance 1 780.42$ 780.42$ 38,599.30$ 2 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 2 38,864.30$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) South County Regional Water Treatment Facility 3851 City Gate Dr., Naples, FL 34117 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS 24-8242 Landscaping Maintenance for Public Utilities Facilities SUBTOTAL FOR ITEM NUMBER 1 SUBTOTAL FOR ITEM NUMBER 2 ** Estimated quantity is for bidding purposes only. Bid Schedule * Indicates special instructions for specific location. 1 of 15 Page 6018 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 3 South County Water Reclamation Facility 5600 Warren Street A Lawn Maintenance 24 2,103.22$ 50,477.28$ B Shrub/Hedge Maintenance 12 1,766.69$ 21,200.28$ C Bush Hog and Brush Clearing 1 1,170.63$ 1,170.63$ D Irrigation Maintenance 12 573.33$ 6,879.96$ E Fertilization Maintenance 3 4,517.95$ 13,553.85$ F Pest Control 6 181.57$ 1,089.42$ G Palm and Tree Trimming Maintenance 2 6,040.00$ 12,080.00$ H Areca Palm Maintenance 1 780.42$ 780.42$ K Perimeter Maintenance - 5 ft on both sides 12 146.33$ 1,755.96$ 108,987.80$ 3 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 3 109,252.80$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 4 South County Water Reclamation Facility Berm 5600 Warren Street A Lawn Maintenance - *to include pine straw mulch 24 519.70$ 12,472.85$ B Shrub/Hedge Maintenance 12 2,257.43$ 27,089.16$ C Bush Hog and Brush Clearing 1 585.31$ 585.31$ D Irrigation Maintenance 12 143.33$ 1,719.96$ E Fertilization Maintenance 3 985.95$ 2,957.85$ F Pest Control 6 232.00$ 1,392.00$ G Palm and Tree Trimming Maintenance 2 360.00$ 720.00$ H Areca Palm Maintenance 1 390.21$ 390.21$ 47,327.34$ 4 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 4 47,592.34$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate SUBTOTAL FOR ITEM NUMBER 3 SUBTOTAL FOR ITEM NUMBER 4 Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) 2 of 15 Page 6019 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 5 Eagle Lakes Park - 11573 Tamiami Trl E A Lawn Maintenance 24 1,719.36$ 41,264.64$ B Shrub/Hedge Maintenance 12 542.51$ 6,510.12$ C Bush Hog and Brush Clearing 1 1,560.84$ 1,560.84$ D Irrigation Maintenance 12 430.00$ 5,160.00$ E Fertilization Maintenance 3 3,554.92$ 10,664.76$ F Pest Control 6 10.08$ 60.48$ G Palm and Tree Trimming Maintenance 2 1,160.00$ 2,320.00$ H Areca Palm Maintenance 1 146.33$ 146.33$ 67,687.17$ 5 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 5 67,952.17$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 6 North County Water Reclamation Faclity 10500 Goodlette-Frank Rd N A Lawn Maintenance 24 2,926.57$ 70,237.68$ B Shrub/Hedge Maintenance 12 981.49$ 11,777.88$ C Bush Hog and Brush Clearing 1 390.21$ 390.21$ D Irrigation Maintenance 12 1,146.67$ 13,760.04$ E Fertilization Maintenance 3 6,129.52$ 18,388.56$ F Pest Control 6 100.87$ 605.22$ G Palm and Tree Trimming Maintenance 2 3,400.00$ 6,800.00$ H Areca Palm Maintenance 1 1,170.63$ 1,170.63$ K Perimeter Maintenance - see Special Instructions on Site Images 24 487.76$ 11,706.24$ 134,836.46$ 6 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 6 135,101.46$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% SUBTOTAL FOR ITEM NUMBER 6 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate SUBTOTAL FOR ITEM NUMBER 5 Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate 3 of 15 Page 6020 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 7 Northeast Service Area (NESA) 1445 Oilwell Rd. A Lawn Maintenance 24 1,591.07$ 38,185.68$ B Shrub/Hedge Maintenance 12 981.49$ 11,777.88$ C Bush Hog and Brush Clearing 1 487.76$ 487.76$ D Irrigation Maintenance 12 573.33$ 6,879.96$ E Fertilization Maintenance 3 3,303.09$ 9,909.28$ F Pest Control 6 100.87$ 605.22$ G Palm and Tree Trimming Maintenance 2 1,840.00$ 3,680.00$ H Areca Palm Maintenance 1 390.21$ 390.21$ 71,915.99$ 7 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 7 72,180.99$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 8 Northeast Service Area (NESA) 4216 20th St. NE A Lawn Maintenance 26 2,926.57$ 76,090.82$ B Shrub/Hedge Maintenance 12 981.49$ 11,777.88$ C Bush Hog and Brush Clearing 26 2,438.81$ 63,409.06$ D Irrigation Maintenance 12 573.33$ 6,879.96$ K Perimeter Maintenance - 5 ft on both sides 26 1,170.63$ 30,436.38$ 188,594.10$ 8 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 8 188,859.10$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL SUBTOTAL FOR ITEM NUMBER 8 Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate SUBTOTAL FOR ITEM NUMBER 7 4 of 15 Page 6021 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 9 Golden Gate - 4931 32nd Ave SW A Lawn Maintenance 24 1,060.88$ 25,461.12$ B Shrub/Hedge Maintenance 12 1,915.86$ 22,990.32$ C Bush Hog and Brush Clearing 1 1,560.84$ 1,560.84$ D Irrigation Maintenance 12 430.00$ 5,160.00$ E Fertilization Maintenance 3 2,430.17$ 7,290.51$ F Pest Control 6 196.73$ 1,180.38$ G Palm and Tree Trimming Maintenance 2 120.00$ 240.00$ H Areca Palm Maintenance 1 146.33$ 146.33$ 64,029.50$ 9 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 9 64,294.50$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 10 Public Utilities Operations Center (PUOC) 4370 and 4220 Mercantile Avenue A Lawn Maintenance 24 182.91$ 4,389.84$ B Shrub/Hedge Maintenance 12 422.03$ 5,064.36$ F Pest Control 6 43.37$ 260.22$ 9,714.42$ 10 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 10 9,979.42$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate SUBTOTAL FOR ITEM NUMBER 9 SUBTOTAL FOR ITEM NUMBER 10 5 of 15 Page 6022 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 11 Carica Booster - 7200 Goodlette Road A Lawn Maintenance 24 384.36$ 9,224.64$ B Shrub/Hedge Maintenance 12 225.73$ 2,708.76$ C Bush Hog and Brush Clearing 1 975.52$ 975.52$ K Perimeter Maintenance - 5 ft on both sides 12 292.66$ 3,511.92$ 16,420.84$ 11 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 11 16,685.84$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 12 ISLES OF CAPRI PUMP STATION 401 San Juan Ave & 920 Capri Blvd A Lawn Maintenance 24 311.19$ 7,468.56$ B Shrub/Hedge Maintenance 12 785.20$ 9,422.40$ K Perimeter Maintenance - 5 ft on both sides 12 146.33$ 1,755.96$ 18,646.92$ 12 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 12 18,911.92$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate SUBTOTAL FOR ITEM NUMBER 11 SUBTOTAL FOR ITEM NUMBER 12 6 of 15 Page 6023 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 13 MANATEE REPUMP STATION - 1300 Manatee Road A Lawn Maintenance 24 365.82$ 8,779.68$ B Shrub/Hedge Maintenance 12 530.00$ 6,360.00$ C Bush Hog and Brush Clearing 1 292.66$ 292.66$ K Perimeter Maintenance - 5 ft on both sides 12 146.33$ 1,755.96$ 17,188.30$ 13 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 13 17,453.30$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 14 GOODLAND REPUMP STATION - 2559 San Marco Rd A Lawn Maintenance 24 -$ -$ B Shrub/Hedge Maintenance 12 -$ -$ K Perimeter Maintenance - 5 ft on both sides 12 -$ -$ -$ 14 1 -$ -$ 1 -$ -$ 1 -$ -$ 1 -$ -$ -$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 14 -$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ITEM NUMBER 13 SUBTOTAL FOR ITEM NUMBER 14 7 of 15 Page 6024 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 15 RAW WATER BOOSTER STATION 841 7th Ave SW, Naples, FL A Lawn Maintenance 24 -$ -$ B Shrub/Hedge Maintenance 12 -$ -$ K Perimeter Maintenance - 5 ft on both sides 12 -$ -$ -$ 15 1 -$ -$ 1 -$ -$ 1 -$ -$ 1 -$ -$ -$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 15 -$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 16 Northeast Recycling Drop-Off Center 825 39th Ave NE, Naples, FL 34120 A Lawn Maintenance 24 841.39$ 20,193.36$ B Shrub/Hedge Maintenance 12 3,925.97$ 47,111.64$ C Bush Hog and Brush Clearing 1 780.42$ 780.42$ D Irrigation Maintenance 12 430.00$ 5,160.00$ E Fertilization Maintenance 3 2,257.89$ 6,773.68$ F Pest Control 6 403.47$ 2,420.82$ G Palm and Tree Trimming Maintenance 2 746.67$ 1,493.34$ H Areca Palm Maintenance 1 292.66$ 292.66$ K Perimeter Maintenance - 2 ft on both sides 12 195.10$ 2,341.20$ 86,567.12$ 16 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 16 86,832.12$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ITEM NUMBER 15 SUBTOTAL FOR ITEM NUMBER 16 Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS 8 of 15 Page 6025 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 17 Marco Island Recycling Drop-Off Center 990 Chalmer Dr., Marco Island, FL 34145 A Lawn Maintenance 24 -$ -$ B Shrub/Hedge Maintenance 12 -$ -$ C Bush Hog and Brush Clearing 1 -$ -$ D Irrigation Maintenance 12 -$ -$ E Fertilization Maintenance 3 -$ -$ F Pest Control 6 -$ -$ G Palm and Tree Trimming Maintenance 2 -$ -$ H Areca Palm Maintenance 1 -$ -$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ -$ 17 1 -$ -$ 1 -$ -$ 1 -$ -$ 1 -$ -$ -$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 17 -$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 18 North Collier Recycling Drop-off Center 9950 Goodlette Frank Rd. N., Naples, FL 34109 A Lawn Maintenance 24 182.91$ 4,389.84$ B Shrub/Hedge Maintenance 12 598.72$ 7,184.64$ C Bush Hog and Brush Clearing 1 292.66$ 292.66$ D Irrigation Maintenance 12 215.00$ 2,580.00$ E Fertilization Maintenance 3 462.94$ 1,388.81$ F Pest Control 6 61.53$ 369.18$ G Palm and Tree Trimming Maintenance 2 200.00$ 400.00$ H Areca Palm Maintenance 1 97.55$ 97.55$ K Perimeter Maintenance - 2 ft on both sides 12 195.10$ 2,341.20$ 19,043.88$ 18 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 18 19,308.88$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ITEM NUMBER 17 SUBTOTAL FOR ITEM NUMBER 18 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL 9 of 15 Page 6026 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 19 Naples Recycling Drop-off Center 2640 Corporate Flight Dr., Naples, FL 34104 A Lawn Maintenance 24 182.91$ 4,389.84$ B Shrub/Hedge Maintenance 12 392.59$ 4,711.08$ C Bush Hog and Brush Clearing 1 390.21$ 390.21$ D Irrigation Maintenance 12 215.00$ 2,580.00$ E Fertilization Maintenance 3 432.74$ 1,298.21$ F Pest Control 6 40.35$ 242.10$ G Palm and Tree Trimming Maintenance 2 326.67$ 653.34$ H Areca Palm Maintenance 1 97.55$ 97.55$ K Perimeter Maintenance - 2 ft on both sides 12 146.33$ 1,755.96$ 16,118.29$ 19 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 19 16,383.29$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 20 Carnestown 31201 Tamiami Trail East A Lawn Maintenance 12 -$ -$ B Shrub/Hedge Maintenance 12 -$ -$ C Bush Hog and Brush Clearing 1 -$ -$ F Pest Control 6 -$ -$ G Palm and Tree Trimming Maintenance 2 -$ -$ H Areca Palm Maintenance 1 -$ -$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ -$ 20 1 -$ -$ 1 -$ -$ 1 -$ -$ 1 -$ -$ -$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 20 -$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ITEM NUMBER 19 SUBTOTAL FOR ITEM NUMBER 20 10 of 15 Page 6027 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 21 Collier County Landfill - 3730 White Lake Blvd. 21.1 Entrance and scalehouse area A Lawn Maintenance 24 -$ -$ B Shrub/Hedge Maintenance 12 -$ -$ C Bush Hog and Brush Clearing 1 -$ -$ D Irrigation Maintenance 12 -$ -$ E Fertilization Maintenance 3 -$ -$ F Pest Control 6 -$ -$ G Palm and Tree Trimming Maintenance 2 -$ -$ H Areca Palm Maintenance 1 -$ -$ 21.2 White Lake Blvd. A Lawn Maintenance 12 -$ -$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ 21.3 Deep Injection Well Site A Lawn Maintenance 24 -$ -$ C Bush Hog and Brush Clearing 1 -$ -$ E Fertilization Maintenance 3 -$ -$ F Pest Control 6 -$ -$ G Palm and Tree Trimming Maintenance 2 -$ -$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ 21.4 Resource Recovery Business Park (RRBP) Site A Lawn Maintenance 24 -$ -$ C Bush Hog and Brush Clearing 4 -$ -$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ -$ 21 1 -$ -$ 1 -$ -$ 1 -$ -$ 1 -$ -$ -$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 21 -$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL SUBTOTAL FOR ITEM NUMBER 21 11 of 15 Page 6028 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 22 Immokalee Landfill - 700 Stockade Rd. A Lawn Maintenance 24 658.48$ 15,803.52$ B Shrub/Hedge Maintenance 12 392.59$ 4,711.08$ C Bush Hog and Brush Clearing 1 243.88$ 243.88$ D Irrigation Maintenance 12 215.00$ 2,580.00$ E Fertilization Maintenance 3 1,399.13$ 4,197.39$ F Pest Control 6 40.35$ 242.10$ G Palm and Tree Trimming Maintenance 2 160.00$ 320.00$ H Areca Palm Maintenance 1 97.55$ 97.55$ K Perimeter Maintenance - 2 ft on both sides 12 146.33$ 1,755.96$ 29,951.48$ 22 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 22 30,216.48$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 23 Eustis Landfill - Part of 1060 Sanitation Rd. A Lawn Maintenance 12 -$ -$ C Bush Hog and Brush Clearing 1 -$ -$ K Perimeter Maintenance - 2 ft on both sides 12 -$ -$ -$ 23 1 -$ -$ 1 -$ -$ 1 -$ -$ 1 -$ -$ -$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 23 -$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate SUBTOTAL FOR ITEM NUMBER 23 Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ITEM NUMBER 22 12 of 15 Page 6029 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 24 Golden Gate Water Plant 4300 Golden Gate Parkway A Lawn Maintenance 24 182.91$ 4,389.84$ B Shrub/Hedge Maintenance 3 392.59$ 1,177.77$ C Bush Hog and Brush Clearing 12 243.88$ 2,926.56$ D Irrigation Maintenance 1 215.00$ 215.00$ E Fertilization Maintenance 3 432.74$ 1,298.21$ F Pest Control 6 40.35$ 242.10$ G Palm and Tree Trimming Maintenance 2 66.67$ 133.34$ H Areca Palm Maintenance 1 97.55$ 97.55$ K Perimeter Maintenance - 5 ft on both sides 12 146.33$ 1,755.96$ 12,236.33$ 24 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 24 12,501.33$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 25 Green Blvd. Water Station 4781 Green Blvd. A Lawn Maintenance 24 182.91$ 4,389.84$ B Shrub/Hedge Maintenance 12 588.90$ 7,066.80$ C Bush Hog and Brush Clearing 1 243.88$ 243.88$ K Perimeter Maintenance - 5 ft on both sides 12 146.33$ 1,755.96$ 13,456.48$ 25 1 65.00$ 65.00$ 1 55.00$ 55.00$ 1 55.00$ 55.00$ 1 90.00$ 90.00$ 265.00$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 25 13,721.48$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ITEM NUMBER 24 SUBTOTAL FOR ITEM NUMBER 25 13 of 15 Page 6030 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 26 Pelican Marsh Pump Station 1509 Pelican Marsh Blvd. A Lawn Maintenance 36 -$ -$ -$ 26 1 -$ -$ 1 -$ -$ 1 -$ -$ 1 -$ -$ -$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 26 -$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 27 Livingston Road Wells - (currently 7 sites; similar sized sites may be added for the same service fee) A Lawn Maintenance 36 -$ -$ -$ 27 1 -$ -$ 1 -$ -$ 1 -$ -$ 1 -$ -$ -$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 27 -$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% SUBTOTAL FOR ITEM NUMBER 27 SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL SUBTOTAL FOR ITEM NUMBER 26 14 of 15 Page 6031 of 10663 Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 28 Livingston Road ASR , 15694 Livingston RD A Lawn Maintenance 36 -$ -$ B Shrub/Hedge Maintenance 12 -$ -$ D Irrigation Maintenance 12 -$ -$ E Fertilization Maintenance 3 -$ -$ F Pest Control 6 -$ -$ G Palm and Tree Trimming Maintenance 18 -$ -$ -$ 28 1 -$ -$ 1 -$ -$ 1 -$ -$ 1 -$ -$ -$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 28 -$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% Item Number Service Item County Location and Service Line Item ** Annual Estimated Quantity Service Fee Annual Estimated Cost 29 Wastewater Collections Sites - (currently 29 sites; similar sized sites may be added for the same service fees.) A Lawn Maintenance 24 -$ -$ B Shrub/Hedge Maintenance 12 -$ -$ C Bush Hog and Brush Clearing 1 -$ -$ D Irrigation Maintenance 12 -$ -$ E Fertilization Maintenance 3 -$ -$ F Pest Control 6 -$ -$ G Palm and Tree Trimming Maintenance 2 -$ -$ H Areca Palm Maintenance 1 -$ -$ K Perimeter Maintenance - 2 ft on both sides 2 -$ -$ -$ 29 1 -$ -$ 1 -$ -$ 1 -$ -$ 1 -$ -$ -$ Markup/Additional Services (refer to solicitation for details)TOTAL FOR ITEM NUMBER 29 -$ Material Markup - 10% Rental Equipment Markup - 10% Subcontractor Markup - 10% SUBTOTAL FOR ITEM NUMBER 29 SUBTOTAL FOR ITEM NUMBER 28 Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS SUBTOTAL FOR ADDITIONAL SERVICE REQUESTS ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Supervisor Hourly Rate Technician Hourly Rate Helper Hourly Rate Florida International Society of Arboriculture (ISA) Certified Arborist (If arborist is on staff) ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL 15 of 15 Page 6032 of 10663 Page 6033 of 10663 Page 6034 of 10663 Page 6035 of 10663 Page 6036 of 10663 Page 6037 of 10663 Page 6038 of 10663 Page 6039 of 10663 Page 6040 of 10663 Page 6041 of 10663 Page 6042 of 10663 Page 6043 of 10663 Page 6044 of 10663 Page 6045 of 10663 Page 6046 of 10663 Page 6047 of 10663 Page 6048 of 10663 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 10  Mainscape, Inc. 35-1633580 $1,083,000 Loren Garner Account Executive lgarner@mainscape.com 239-229-9940 449-8099 6/4/2024 Page 6049 of 10663 Page 6050 of 10663 Page 6051 of 10663 Page 6052 of 10663 Page 6053 of 10663 Page 6054 of 10663 Page 6055 of 10663 Page 6056 of 10663 Page 6057 of 10663 Page 6058 of 10663 Page 6059 of 10663 Page 6060 of 10663 Page 6061 of 10663 Page 6062 of 10663 Page 6063 of 10663 Page 6064 of 10663 Page 6065 of 10663 Page 6066 of 10663 Page 6067 of 10663 Page 6068 of 10663 Page 6069 of 10663 Page 6070 of 10663 Page 6071 of 10663 Page 6072 of 10663 Page 6073 of 10663 Page 6074 of 10663 Page 6075 of 10663 Page 6076 of 10663 Page 6077 of 10663 Page 6078 of 10663 Page 6079 of 10663 Page 6080 of 10663 Page 6081 of 10663 Page 6082 of 10663 Page 6083 of 10663 Page 6084 of 10663 Page 6085 of 10663 Page 6086 of 10663 Page 6087 of 10663 Page 6088 of 10663 Page 6089 of 10663 Page 6090 of 10663 Page 6091 of 10663 Page 6092 of 10663 Page 6093 of 10663 Page 6094 of 10663 Page 6095 of 10663 Page 6096 of 10663 Page 6097 of 10663 Page 6098 of 10663 Page 6099 of 10663 Page 6100 of 10663 Page 6101 of 10663 Page 6102 of 10663 Page 6103 of 10663 Page 6104 of 10663 Page 6105 of 10663 Page 6106 of 10663 Page 6107 of 10663 Page 6108 of 10663 Page 6109 of 10663 Page 6110 of 10663 Page 6111 of 10663 Page 6112 of 10663 Page 6113 of 10663 Page 6114 of 10663 Page 6115 of 10663 Page 6116 of 10663 Page 6117 of 10663 Page 6118 of 10663 Page 6119 of 10663 Page 6120 of 10663 Page 6121 of 10663 Page 6122 of 10663 Page 6123 of 10663 Page 6124 of 10663 Page 6125 of 10663 Page 6126 of 10663 Page 6127 of 10663 Page 6128 of 10663 Page 6129 of 10663 Page 6130 of 10663 Page 6131 of 10663 Page 6132 of 10663 Page 6133 of 10663 Page 6134 of 10663 Page 6135 of 10663 Page 6136 of 10663 Page 6137 of 10663 Page 6138 of 10663 Page 6139 of 10663 Page 6140 of 10663 Page 6141 of 10663 Page 6142 of 10663 Page 6143 of 10663 Page 6144 of 10663 Page 6145 of 10663 Page 6146 of 10663 Page 6147 of 10663 Page 6148 of 10663 Page 6149 of 10663 Page 6150 of 10663 Page 6151 of 10663 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 6152 of 10663 1001486 132849.14 04-13-2022 INSR LTR TYPE OF INSURANCE ADD INSD SUB WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY)LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC OTHER: EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence)$ MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident)$ BODILY INJURY (Per person)$ BODILY INJURY (Per accident)$ PROPERTY DAMAGE (Per accident)$ $ UMBRELLA LIAB OCCUR EXCESS LIAB CLAIMS-MADE DED RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A PER STATUTE OTH- ER $ E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CANCELLATION E-MAIL ADDRESS: CONTACT NAME: PHONE (A/C, No, Ext): FAX (A/C, No): INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : PRODUCER INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD AUTHORIZED REPRESENTATIVE A K08 5004-F01-59 06/01/2024 12/01/2024 1,000,000 MEDICAL EXPENSES 5,000 alvaro@rplanter.com Alvaro Gallegos 305 705 2559 State Farm Mutual Automobile Insurance Company 25178 Rodrigo Planter Insurance Agency 2018 NE 164th st. N Miami Beach FL 33162 SUPERIOR LANDSCAPING & LAWN SERVICE INC PO BOX 350095 MIAMI FL 33135-0095 08/26/2024 Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 Certificate Holder is Additional Insured on a primary and non-contributory basis with regards to Auto Liability for any and all work performed on behalf of Collier County. when required by written contract. Waiver of subrogation applies to the Additional Insured with regards to Auto Liability when required by written contract. For any and all work performed on behalf of Collier County. Completed by an authorized State Farm representative. If signature is required, please contact a State Farm agent. Page 6153 of 10663 Page 6154 of 10663 Page 6155 of 10663 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities RESPONSE DEADLINE: June 11, 2024 at 3:00 pm Report Generated: Tuesday, June 11, 2024 Superior Landscaping & Lawn Service Inc. Response CONTACT INFORMATION Company: Superior Landscaping & Lawn Service Inc. Email: jotero@superiorlandscaping.com Contact: Jesenia Otero Address: 2200 NW 23 Avenue Miami, FL 33142 Phone: (305) 634-0717 Website: N/A Submission Date: Jun 10, 2024 4:48 PM Page 6156 of 10663 [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT undefined - Landscaping Maintenance for Public Utilities Facilities Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jun 3, 2024 4:23 PM by Jesenia Otero Addendum #2 Confirmed Jun 3, 2024 4:24 PM by Jesenia Otero QUESTIONNAIRE 1. 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company.* Confirmed 2. 2. General Bid Instructions* General Bid Instructions have been acknowledged and accepted. Confirmed 3. 3. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. 4. Insurance Requirements* Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) d ays of the County's issuance of a Notice of Recommended Award. Confirmed Page 6157 of 10663 [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT undefined - Landscaping Maintenance for Public Utilities Facilities Page 3 5. 5. Collier County Required Forms 5.1. BID SCHEDULE* Please upload using EXCEL format. 24-8242_-_Bid_Schedule.xlsx 5.2. VENDOR DECLARATION STATEMENT (FORM 1)* Form_1.pdf 5.3. CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* Form_2.pdf 5.4. IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* Form_3.pdf 5.5. REFERENCE QUESTIONNAIRE (FORM 4)* Vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last five (5) years) whose projects are of a similar nature to this solicitation as a part of their proposal. Reference_Questionnaire.pdf 5.6. GRANT FORMS (FORM 5)* Form_5.pdf 5.7. W-9 FORM* W-9.pdf 5.8. PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Sunbiz.ORG.pdf Page 6158 of 10663 [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8242 Landscaping Maintenance for Public Utilities Facilities [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT undefined - Landscaping Maintenance for Public Utilities Facilities Page 4 5.9. E-VERIFY* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. E-Verify_Mou.pdf 5.10. SIGNED ADDENDA All addenda have been signed and attached. Signed_Addenda.pdf 5.11. LICENSE REQUIREMENT Vendor(s) must submit a Florida Department of Agriculture & Consumer Services (FDACS) Limited Certification for Urban Landscape Commercial Fertilizer . 2025_Pesticide_License.pdf 5.12. MISCELLANEOUS DOCUMENTS Additional_Licenses_and_Certificates.pdf Page 6159 of 10663 Page 6160 of 10663 Page 6161 of 10663 Page 6162 of 10663 Page 6163 of 10663 Page 6164 of 10663 Page 6165 of 10663 Solicitation No.RFP/ITB Title: Bidder/Respondent Name: Relationship with Bidder/Respondent: Title of last project: Year last project completed Contract Start/End Dates: Contract Amount: $ How many projects performed: Overall Performance: Management Ability: Ability to meet time schedule: Ability of control costs: Problems encountered: Quality of Personnel: How well Contractor coordinated with Owner: Cooperation or Lack Thereof: Quality of Subcontractors: Subcontractor Payment Issues: Were there any conflicts, disputes, or other problems: Yes No REFERENCE QUESTIONNAIRE This reference questionnaire must be filled out by the company that has done business with the Bidder/Respondent in the past. If the item is not applicable, please state "n/a". If yes, were they reported early and were they managed well? How were they resolved? Were you satisfied the resolution was fair to both parties? PROVIDED SAME OR SIMILAR SERVICES WITHIN THE LAST 5 YEARS. It is the bidder’s responsibility to contact the Purchasing Department prior to submitting their bid to verify receipt of the required number of references. CITY OF NAPLES Purchasing Division City of Naples 23-025 Central Ave Median Restoration -ITB 18Page 6166 of 10663 Yes No This REFERENCE QUESTIONNAIRE is provided by: Name of Company Email address: Date: This reference form must be emailed to Purchasing@naplesgov.com by the company who is providing the reference on or before BID OPENING DATE & TIME indicated on the Cover Sheet. Please add Solicitation Number to your E-mail subject line. Would you contract again with the Bidder/Respondent for the same or similar services? Do you have plans to contract with them again? How satisfied are you with the Bidder/Respondent’s ability to perform based on your expectations and according to the contractual arrangements? Address of Company Telephone No. Signature of person filling out this reference questionnaire: Name and title of person filling out this reference questionnaire: Any additional comments? City of Naples 23-025 Central Ave Median Restoration -ITB 19Page 6167 of 10663 Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Superior Landscaping & Lawn Service Inc. Jesenia Otero Page 6168 of 10663 Reference Questionnaire Solicitation: 23-8084 - Immokalee MSTU - Landscape Maintenance Reference Questionnaire for: Superior Landscaping & Lawn Service, Inc. (Name of Company Requesting Reference Information) Jesenia Otero (Name of Individuals Requesting Reference Information) Name: ::Jo� �) (l_,·5<.o; �i5<t4vtf-1)ir.!l-m"L C�+<[ c,f t-U�i � Company: f'a,y-"'5 1),ef ttf{Wl..t,�f-(Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Emai I: ios.t.-le.{ r-(S� rY\lCUV\j J:zt�f /-�: Telephone: 30S"-(p7 3-•t:,z. 72 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of I to I 0, with IO representing that you were very satisifed (and would hire the firm/individual again) and I representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "O." WZ.)(::r:"6 Zpl'-i-l"\S"'-t-t.':J Project Description: b(ulA..M_q � M�iY\,flV\ M,tll S,wv'I Completion Date: __ O_n_---,()0.,..._i_r.,_,�------- Project Budget: --��\+-I �"3,_7_S'"°__,_1_0_0_0 ___ _ Project Number of Days: '1:t i£«17 Item Citeria Score I Ability to manage the project costs (minimize change orders to scope). to 2 Ability to maintain project schedule (complete on-time or early). ID 3 Quality of work. q 4 Quality of consultative advice provided on the project. '1 5 Professionalism and ability to manage personnel. 9 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) t') 7 Ability to verbally communicate and document information clearly and succinctly. <l 8 Abiltity to manage risks and unexpected project circumstances. Jo 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). q TOT AL SCORE OF ALL ITEMS Page 6169 of 10663 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 1  FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. Pursuant uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a Contract / Purchase Order. Compliance with Federal Law, Regulations and Executive Orders: The Sub-Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally-Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub-Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. o 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards o 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide Page 6170 of 10663 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 2  Access to Records: The contractor agrees to provide the County, the Florida Department of Emergency Management, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative’s access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives’ access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with section 1225 of the Disaster Recovery Act of 2018, the County and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. Affirmative Socioeconomic Steps: If subcontracts are to be let, the prime contractor is required to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure that small and minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Changes: To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract change, modification, amendment, addendum, change order, or constructive change must be necessary, allowable, allocable, within the scope of the grant or cooperative agreement, reasonable for the scope of work, and otherwise allowable. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. The contractor shall include this provision in any subcontracts. Domestic Preference for Procurements: As appropriate and to the extent consistent with law, the non- Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of this section must be included in all subawards including all contracts and purchase orders for work or products under this award. For purposes of this section: ‘‘Produced in the United States’’ means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. ‘‘Manufactured products’’ means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. License and Delivery of Works Subject to Copyright and Data Rights: The Contractor grants to the County, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the County or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the County data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by the County. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Page 6171 of 10663 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 3  Prohibition on Covered Telecommunications Equipment or Services: (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy, #405-143-1 Prohibitions on Expending FEMA Award Funds forcovered Telecommunications Equipment or Services As used in this clause – (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1) This clause does not prohibit contractors from providing — (i). A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii). Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: (i). Covered telecommunications equipment or services that: i. Are not used as a substantial or essential component of any system; and ii. Are not used as critical technology of any system. (ii). Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (d)Reporting requirement. (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer Page 6172 of 10663 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 4  number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph(e), in all subcontracts and other contractual instruments. Program Fraud and False or Fraudulent Statements or Related Acts: The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s actions pertaining to this contract. Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Procurement of Recovered Materials (§200.323) (Over $10,000): In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired— Competitively within a timeframe providing for compliance with the contract performance schedule; Meeting contract performance requirements; or At a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines webpage: https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. Termination for Cause and Convenience (over $10,000): See Standard Purchase Order and/or Contract Terms and Conditions Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient.” Page 6173 of 10663 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 5  Contractors must sign and submit a certification to the County with each bid or offer exceeding $100,000. See Certifications and Assurances and the end of this document. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The County or FEMA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.” For contracts that are only subject to Contract Work Hours and Safety Standards Act and are not subject to the other statutes in 29 C.F.R. § 5.1 “Further Compliance with the Contract Work Hours and Safety Standards Act. (1) The contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. (2) Records to be maintained under this provision shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. Page 6174 of 10663 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 6  Clean Air Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Administrative, Contractual, or Legal Remedies (over $250,000): Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. CONSTRUCTION ACTIVITIES Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4. During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor Page 6175 of 10663 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 7  union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part an the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Davis Bacon Act: Exempt under FEMA Public Assistance Funding Copeland Anti-Kickback Act: Exempt under FEMA Public Assistance Funding Page 6176 of 10663 Page 6177 of 10663 Page 6178 of 10663 $2,668,154.97 Page 6179 of 10663 Page 6180 of 10663 05/24/2024 Page 6181 of 10663 Page 6182 of 10663 Page 6183 of 10663 Page 6184 of 10663 Page 6185 of 10663 Page 6186 of 10663 Page 6187 of 10663 Page 6188 of 10663 Page 6189 of 10663 Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. 272503 The parties to this agreement are the Department of Homeland Security (DHS) and the Superior Landscaping & Lawn Service, Inc. (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. Page 6190 of 10663 Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly 272503 Page 6191 of 10663 Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status 272503 Page 6192 of 10663 Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon 272503 Page 6193 of 10663 Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. 272503 Page 6194 of 10663 Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with 272503 Page 6195 of 10663 Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and 272503 Page 6196 of 10663 Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify 272503 Page 6197 of 10663 Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the 272503 Page 6198 of 10663 Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. 272503 Page 6199 of 10663 Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, 272503 Page 6200 of 10663 Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. 272503 Page 6201 of 10663 Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 272503 Superior Landscaping & Lawn Service, Inc. Aileen Villasana Electronically Signed 11/03/2009 USCIS Verification Division Electronically Signed 11/03/2009 Page 6202 of 10663 Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 272503 Superior Landscaping & Lawn Service, Inc. 2200 NW 23rd Avenue Miami, FL 33142 PO Box 35-0095 Miami, FL 33135-0095 MIAMI-DADE 650838100 238 100 to 499 1 Page 6203 of 10663 Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 272503 FLORIDA 1 site(s) Page 6204 of 10663 Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 272503 Name Aileen Villasana Phone Number (305) 634 - 0717 Fax Number (305) 634 - 0744 Email Address avillasana@superiorlandscaping.com Page 6205 of 10663 Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 272503 Page intentionally left blank Page 6206 of 10663 Page 6207 of 10663 Page 6208 of 10663 Page 6209 of 10663 Page 6210 of 10663 12/14/2023 Brown & Brown of Florida, Inc. 8825 NW 21st Terrace Doral FL 33172 Julio Guerrero (305) 714-4400 (305) 714-4401 Julio.Guerrero@bbrown.com Superior Landscaping & Lawn Service, Inc. PO Box 35-0095 Miami FL 33135 Greenwich Insurance Company 22322 GuideOne National Insurance Company 14167 Insurance Company of the West 27847 23/24 GL, WC, XS A Y Y NGL100839700 12/15/2023 12/01/2024 1,000,000 100,000 10,000 1,000,000 2,000,000 2,000,000 B 56000330801 12/01/2023 12/01/2024 4,000,000 4,000,000 Underlying GL, WC C Y Y WFL507443200 12/01/2023 12/01/2024 1,000,000 1,000,000 1,000,000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY "SAMPLE" "SAMPLE" Page 6211 of 10663 "SAMPLE" "SAMPLE" Page 6212 of 10663 Collier County Board of County Commissioners Certificate of Competency Collier County * City of Marco * City of Naples * City of Everglades Issued Date: 09/30/2024 Company:SUPERIOR LANDSCAPING & LAWN SERVICE, INC Address:PO BOX 35-0095 MIAMI, FL 33135 Telephone:(305) 634-0717 Qualifier:CANTOR, LAURENCE License #:C30610 Issuance #:201700001059 Classification:LANDSCAPING RESTRICTED Valid Thru: State License #: State Valid Thru: 09/30/2025 It is the Qualifier’s responsibility to keep current all records with Collier County. This shall include insurance certificates and/or contact information. Always verify licenses online at https://cvportal.colliercountyfl.gov/CityViewWeb/ Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 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/government/growth-management/divisions/operations- regulatory-management/contractor-licensing for more information as it becomes available. Page 6213 of 10663 Collier County *City of Marco *City of Naples * City of Everglades * Contractor Licensing LANDSCAPING RESTRICTED CONTR. Cert Nbr: C30610 Exp: 09/30/2024 Issuance Nbr: 201700001059 State Nbr:State Exp: SUPERIOR LANDSCAPING & LAWN SERVICE, INC CANTOR, LAURENCE PO BOX 35-0095 MIAMI, FL 33135 This Collier County Certificate of Competency’s status and expiration date may change on July 1, 2024 due to the State of Florida House Bill No. 1383. Please visit our website at www.colliercountyfl.gov for more information as it becomes available. Signed: Page 6214 of 10663 Page 6215 of 10663 Page 6216 of 10663 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESDICKENS, BRIAN MDo not alter this document in any form.SUPERIOR LANDSCAPING & LAWN SERVICE INCLICENSE NUMBER: CGC1529871EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.2200 NORTHWEST 23RD AVENUEMIAMI FL 33142Always verify licenses online at MyFloridaLicense.comISSUED: 09/01/2024Page 6217 of 10663 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE PLUMBING CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESLEVY, BERNARD ADo not alter this document in any form.SUPERIOR LANDSCAPING & LAWN SERVICE INCLICENSE NUMBER: CFC1425682EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.11231 SW 1ST. COURTPLANTATION FL 33325Always verify licenses online at MyFloridaLicense.comISSUED: 06/07/2024Page 6218 of 10663 Page 6219 of 10663 Page 6220 of 10663 Page 6221 of 10663 Page 6222 of 10663 CERTIFICATE OF COMPLETION RICARDO SOSA Has Completed a FDOT Approved Temporary Traffic Control (TTC): Intermediate Course . 05/01/2023 Issue Date 04/25/2027 Expiration Date L. R Instructor 609360 Certificate No. Training Provider: Verify this Certificate by visiting www.motadmin.com Access Safety Compliance Training 11481 SW Rossano Ln. Port St. Lucie FL 34987 Phone: 561-350-8913 Page 6223 of 10663 CERTIFICATE OF COMPLETION MARCO MANZO Has Completed a FDOT Approved Temporary Traffic Control (TTC): Intermediate Course . 05/01/2023 Issue Date 04/25/2027 Expiration Date L. R Instructor 609357 Certificate No. Training Provider: Verify this Certificate by visiting www.motadmin.com Access Safety Compliance Training 11481 SW Rossano Ln. Port St. Lucie FL 34987 Phone: 561-350-8913 Page 6224 of 10663 GI-BMP Trainee ID: GV399887 Certification date: 9/28/2016 Marco A. Manzo Superior Landscaping & Lawn Services 6220 Topaz Ct Fort Myers, FL 33966 Marco A. Manzo Marco A. Manzo GV399887-1 GV399887 GV399887-1 GV399887 D. Rainey 9/28/2016 Test Score: 78% Page 6225 of 10663 Page 6226 of 10663 Page 6227 of 10663 Page 6228 of 10663 Page 6229 of 10663 Page 6230 of 10663 Page 6231 of 10663 State of Florida Department of State I certify from the records of this office that SUPERIOR LANDSCAPING & LAWN SERVICE INC.is a corporation organized under the laws of the State of Florida,filed on May 18,1998. The document number of this corporation is P98000044604. I further certify that said corporation has paid all fees due this office through December 31,2024,that its most recent annual report/uniform business report was filed on March 4,2024,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 Ninth day of May,2024 Tracking Number:3993215632CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Page 6232 of 10663 Page 6233 of 10663 Page 6234 of 10663 Page 6235 of 10663 Page 6236 of 10663 Page 6237 of 10663 Page 6238 of 10663 Page 6239 of 10663 Page 6240 of 10663 Page 6241 of 10663 Page 6242 of 10663 Page 6243 of 10663 Page 6244 of 10663 Page 6245 of 10663 Page 6246 of 10663 Page 6247 of 10663 Page 6248 of 10663 Page 6249 of 10663 Page 6250 of 10663 Page 6251 of 10663 Page 6252 of 10663 Page 6253 of 10663 Page 6254 of 10663 Page 6255 of 10663 Page 6256 of 10663 Page 6257 of 10663 Page 6258 of 10663 Page 6259 of 10663 Page 6260 of 10663 Page 6261 of 10663 Page 6262 of 10663 Page 6263 of 10663 Page 6264 of 10663 Page 6265 of 10663 Page 6266 of 10663 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 6267 of 10663