Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
#24-8242 (Duval Landscape Maintenance LLC)
FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT # 24-8242 for "Landscaping Maintenance for Public Utilities Facilities" THIS AGREEMENT, made and entered into on this 1C day of De ce iik 20 { , by and between Duval Landscape Maintenance, LLC authorized to do business in the State of Florida, whose business address is 7011 Business Park Blvd N, Jacksonville, FL 32256 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing ■ upon the date of Board approval; or Li on and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ® Purchase Order ❑ Notice-to-Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of Li Request for Proposal (REP) U Invitation to Bid (ITB) Other ( ) # 24-8242 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. �J The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] S 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 ❑ The procedure for obtaining-Work under this Ag eeR eR 4s- +t'lined R E*hibi+.tA-- Exhibit/Attachment: 3.4 it The County reserves the right to specify in each Request for Quotations: the period of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): ❑ Lump Sum (Fixed Price): A firm fixed total price offering fora project; the risks-are transferred from. the....County to the contractor; and, .as a_business,,,practice,,,there,,,are.....no. hourly or... material invoices presented--rather,-the -con ra.cto -'-must peFfo'r r --tQ__.the satisfaction the-County's.--project,manager,.before.payment for-the.fixed price,contract JULf JfU I,Ll�l1 of project manager I before payment L 1 fixed is authorized.. n Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work(number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. ICI Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. 4.5 ❑ (check if _applicable). Reimbursable-Expenses:_Travel. and._. Travel ..and � applicable)--Travel-and Reimbursable Expenses must be approved"in advance icee in v"r'riting,.by-the,County,. .Travel expanses-shag-be-reimbursed as per Sectuion 112.061 Fla,- vL uts.- Reimbursements..shall, be.at-the following rates-:" Mileage 1 0:44:-5-per.mile Breakfast $6.00 Lunch $1.1._,OO Dinner $1...9,00 Airfare Actual ticket cost,'.--limited--to-tourist-or coa ch Rental- class fare RentalI_•,caf Actual rental -cost ,.-limited—to compact or standard- Lodging Actual cost of lodging at single occupancy-rate with-a p of„no'more-than,..$150 00-pe,lr....night Parking Actual cost of parking Taxi or Airport Limousine Actual'-cost of either-taxi or-airport-limousine Reimbursable items other than travel expenseJ shall be-limited-to'the f eUewin gi-4elephone. long distance charges,..fax charges;. photocopying-charges and postag Reimbursat to items will be paid-only-..after-Contractor has-provided all receipts --Contractor-shall-'be responsible--for-all other-costs-and expenses-associated-with-activities-and ...solicitations undertaken pursuant to this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. Page 3 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Duval Landscape Maintenance, LLC Address: 1921 Rock Road Naples, FL 34120 Authorized Agent: Leo Rodriguez Attention Name & Title: Branch Manager Telephone: 239-821-6210 E-Mail(s): leo©duvallandscape.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Joe Bellone Division Name: Financial Operations Support - PUD Address: 3339 Tamiami Trail E, Naples, FL 34112 Administrative Agent/PM: Donna Deeter Telephone: 239-252-2622 E-Mail(s): donna.deeter@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CC4C-) 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin or any other class protected by federal or Florida law. 12. INSURANCE. The Contractor shall provide insurance as follows: A. n Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. n Business Auto Liability: Coverage shall have minimum limits of$ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. 0■ Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$ 500,000 for each accident. Page 5 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.I] Cq0 D. ❑ Professional-Liability: -Shall be maintained"by-the"Contractor to-ensure-its-legal liability-for--claims arising-out of-the--performance-of professional 'services-under-this Agreement.- Contractor waives its right f rec ver ngulnst County asto a nd vlalms-'under this-insurance._ Such insurance shall-have limits of-not less--than--W -. _-_ w..each claim and aggregate. E. U Cyber-liability Coverage'shall'have'minimum limits of •per-claim: F. ❑ ._F__µ.__ _.. __ ._ .................__ ....._ :..Coverage shall have m-limi ss•o ...,_,.�.,,,. ...__........ ..... ..__.per claim. G. ❑ shall-have-minimum.limits of..W..................... ,......._:.._....,,..... .......�pe{Ci-ui`r ._. H. ❑ _ _ mGov'erage shall have,,,.minimum,..limits.of.,. .. „,,...._, per claim. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Page 6 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] \�� Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Public Utilities Facilities 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), III Exhibit A Scope of Services, Exhibit B Fee Schedule, 11 RFP/ ❑ ITB/E Other _ including Exhibits, Attachments and Addenda/Addendum, erttent quotes, and n Other Exhibit/Attachment: Federal Contract Provisions and Assurances 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, Page 7 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] Cq0 including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended, as well as the requirements set forth in Florida Statutes, §448.095; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communications, Government and Public Affairs Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequest(ccolliercountyfLgov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Page 8 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark- up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or a Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 23. n CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project Page 9 of 17 Fixed Term Service Multi-Contractor Agreement 12024_ver.1] CA O site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. 0■ WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. ❑ TESTS__AND_. INSPECTIONS... If the Contract -Documents or-.....any...__codes,._.laws-, ordinances, rules or-regulations of any public authority having jurisdiction over-the-Project r j .c.t requires-.any. portion. of. the o \` to, b4 ,specifcall7. inspe^ted,. teYted or--"approvpd,, Contractor-shall assume full responsibility-therefore,-pay . oil costs-in-connection and-.furnish to the...County_the required-certificates-of inspe tion;-testing...or'..appro al._ All inspections,-tests,..or-approvals shall be,..,.rper-fcor''''s�.e'd_.... n.,.,,ea., manner and,..by-organizations Yn 3"- V IVIIJ, L.iJLJ v LA 1{:J LAID 'JI ull performed - acceptable,to.thee..County._.. 27. Ili PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary Page 10 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. Page 11 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. KEY PERSONNEL. The.Contractor's personnel, and management to-be__utilized-for c� '� '��wv�..wa��. ��t�uv i �-�.ry personnel and r�ruiiuy�a this.,..projectshall be knowledgeable-in.,the.r--areas-of-expertise•,., The-CouYnty„reser/es tl e right--to-perform-investigations-as-may-be deemed-necessary-to ensue -that-competent persons-will be-utilized in-the performance-of-the-Agreement. The.Co tractor-"obis[l-assign as many people-as necessar-y"4o-complete the services orb-3 -i F3ely--•basis;-and each Jerson assigned--- hall be-ayarla We-for-an-amount C3f't;n're-adequate-to-meet the—required service dates:-The"C•ontractor-shall-notcha change-Key-Personnel-unless et--unless the-following-oond+tions-are n ret:---(Z) Proposed-replacements- have substantially--the.sam e- or- better qualifications and/or experience, ('2}"-that the'"Ceonty-isi"notifred-_ir writing-as-far in-advance-as-possible-.: The_Contractor.�s.. (��y� asonable efforts /'��� ntif� nllie �.oin e . The Contractor�hal1-make""cVll make-commercially-reasonable Cially"'"reGJVIIG/Jil, efforts lJtV�VII��V111V�CE3♦.Ir�rt�mVY itl seven(7*deys-of e ch r—T e-Get nty retains'final approval of proposed replacement personnel.. UI AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. n ORDER OF PRECEDENCE _In-,the event of any-conflict between-or—among—the—terms of any of the Contract Documents, the-terms of-solicitation,--the-Contractor's Proposal, and/oc the"County'e Beard approved-E-xecuutive-Summary-the-Contract-Documents shall take-precedence. ■ ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its Page 12 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.lI CAO assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPScolliercountyfl.gov) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 38. El SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision Page 13 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.l] S shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K. Kinzet,,Cierk of the Circuit COLLIER CO , FLORIDA t, Court and' ptrbller. By; ''t J(- By: i ' Chris all , hairman Dated: ,ti ll iiy (SEAL) ;a Attest as to Chairman's signature only. Contractor's Witnesses: Duval Landscape Maintenance, LLC Contractor By: "Z---------- ontractor's First Witness Signature Vob 2LAA\oGC VreS;cAer\A- Sn.�lt'\- 'lP 1 \Y&P4 TType/print signature and titieT TType/print witness nameT i Co tractor's Secon. Witness Jessica_ TType/print witness name Appro as o For 1 egality: County torney Tint Name S att.att. Q. 7 € 1-, Page 14 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO Exhibit A Scope of Services ❑■ following this page (pages through 4 ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO ITB #24-8242 Exhibit A Scope of Services DETAILED SCOPE OF WORK Vendor(s) must have a valid Florida Department of Agriculture & Consumer Services (FDACS) Limited Certification for Urban Landscape Commercial Fertilizer 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 location 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 delay 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. • Vine trimming or removal as needed. • Hardscaping (i.e., deco-concrete, walkways, asphalt) shall be sprayed with appropriate herbicide and blown clear. S • 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. CAO • 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. • 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. CAO 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 more than$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. 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. CAO Exhibit B Fee Schedule following this page (pages 1 through $ ) Page 16 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] 1 CAO Fee Schedule ITB# 24-8242 "Landscaping Maintenance for Public Utilities Facilities" Duval Landscape Maintenance,LLC *Indicates special instructions for specific location. Item Service County Location and Service Line Item UOM Unit Price Number .Item. 1 South County Regional Water Treatment Facility 3851 City Gate Dr., Naples, FL 34117 A Lawn Maintenance each $ 1,450.00 B Shrub/Hedge Maintenance each $ 2,250.00 E Fertilization Maintenance 3 $ 3,965.00 F Pest Control each $ 350.00 G Palm and Tree Trimming Maintenance each $ 8,000.00 1 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate hourly $ 65.00 Technician Hourly Rate hourly $ 85.00 Helper Hourly Rate hourly $ 50.00 Florida International Society of Arboriculture(ISA)Certified Arborist hourly $ 150.00 (If arborist is on staff) Markup/Additional Services(refer to solicitation for details) Material Markup-10% Rental Equipment Markup-10% Subcontractor Markup-10% Primary Item service Number hem County Location and Service Line Item uom Unit Price 2 North Collier Regional Water Treatment Plant 8005 &8205 Vanderbilt Beach Rd Ext, Naples A Lawn Maintenance each $ 649.00 B Shrub/Hedge Maintenance each $ 695.00 C Bush Hog and Brush Clearing each $ 155.00 D Irrigation Maintenance each $ 350.00 E Fertilization Maintenance 3 $ 1,333.00 F Pest Control each $ 250.00 G Palm and Tree Trimming Maintenance each $ 988.00 H Areca Palm Maintenance each $ 600.00 2 ADDITIONAL SERVICE REQUESTS:TIME AND MATERIAL Supervisor Hourly Rate hourly $ 65.00 Technician Hourly Rate hourly $ 85.00 Helper Hourly Rate hourly $ 50.00 Florida International Society of Arboriculture(ISA)Certified Arborist hourly $ 150.00 (If arborist is on staff) Markup/Additional Services(refer to solicitation for details) Material Markup-10% Rental Equipment Markup-10% Subcontractor Markup-10% 1 of 8 C40 Primary Item Service County Location and Service Line Item UOM Unit Price Number .Item 3 South County Water Reclamation Facility _ 5600 Warren Street _ A Lawn Maintenance each $ 1,430.00 B Shrub/Hedge Maintenance each $ 869.00 C Bush Hog and Brush Clearing each $ 1,450.00 D Irrigation Maintenance _ each $ 914.00 E Fertilization Maintenance 3 $ 4,238.00 F Pest Control each $ 400.00 G Palm and Tree Trimming Maintenance each $ 2,700.00 H Areca Palm Maintenance each $ 600.00 K Perimeter Maintenance-5 ft on both sides monthly $ 500.00 3 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate hourly $ 65.00 Technician Hourly Rate hourly $ 85.00 Helper Hourly Rate hourly $ 50.00 Florida International Society of Arboriculture(ISA)Certified Arborist (If arborist is on staff) hourly $ 150.00 Markup/Additional Services(refer to solicitation for details) Material Markup-10% Rental Equipment Markup-10% Subcontractor Markup-10% Primary Item Service County Location and Service Line Item Number Item UOM Unit Price 4 South County Water Reclamation Facility Berm 5600 Warren Street A Lawn Maintenance-*to include pine straw mulch each $ 570.00 B Shrub/Hedge Maintenance each $ 1,091.00 C Bush Hog and Brush Clearing each $ 150.00 D Irrigation Maintenance each $ 490.00 E Fertilization Maintenance 3 $ 700.00 F Pest Control each $ 250.00 G Palm and Tree Trimming Maintenance each $ 2,200.00 H Areca Palm Maintenance each $ 600.00 4 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate hourly $ 65.00 Technician Hourly Rate hourly $ 85.00 Helper Hourly Rate hourly $ 50.00 Florida International Society of Arboriculture(ISA)Certified Arborist (If arborist is on staff) hourly $ 150.00 Markup/Additional Services(refer to solicitation for details) Material Markup-10% Rental Equipment Markup-10% Subcontractor Markup-10% 2 of 8 CA0I Primary Item Service County Location and Service Line Item UOM Number Item Unit Price 5 Eagle Lakes Park- 11573 Tamiami Trl E A Lawn Maintenance each $ 1,238.00 B Shrub/Hedge Maintenance each $ 992.00 C Bush Hog and Brush Clearing each $ 1,500.00 D Irrigation Maintenance each $ 900.00 E Fertilization Maintenance 3 $ 2,750.00 F Pest Control each $ 250.00 G Palm and Tree Trimming Maintenance each $ 970.00 H Areca Palm Maintenance each $ 600.00 5 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate hourly $ 65.00 Technician Hourly Rate hourly $ 85.00 Helper Hourly Rate _hourly $ 50.00 Florida International Society of Arboriculture(ISA)Certified Arborist hourly $ 150.00 (If arborist is on staff) Markup/Additional Services(refer to solicitation for details) Material Markup-10% Rental Equipment Markup-10% Subcontractor Markup-10% Secondary Item Service Number Item County Location and Service Line Item uOM Unit Price 7 Northeast Service Area (NESA) 1445 Oilwell Rd. A Lawn Maintenance each $ 1,121.00 B Shrub/Hedge Maintenance each $ 500.00 C Bush Hog and Brush Clearing each $ 1,116.00 D Irrigation Maintenance each $ 290.00 E Fertilization Maintenance 3 $ 2,500.00 F Pest Control each $ 250.00 G Palm and Tree Trimming Maintenance each $ 350.00 H Areca Palm Maintenance each $ 600.00 7 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate hourly $ 65.00 Technician Hourly Rate hourly $ 85.00 Helper Hourly Rate hourly $ 50.00 Florida International Society of Arboriculture(ISA)Certified Arborist hourly $ 150.00 (If arborist is on staff) Markup/Additional Services(refer to solicitation for details) Material Markup-10% _ Rental Equipment Markup-10% Subcontractor Markup-10% 3of8 Kilo f $ nem service County Location and Service Line Item Number'. ttem UOM Unit Price 9 Golden Gate-4931 32nd Ave SW A Lawn Maintenance each $ 1,753.00 B Shrub/Hedge Maintenance each $ 500.00 C Bush Hog and Brush Clearing each $ 150.00 D Irrigation Maintenance each $ 724.00 E Fertilization Maintenance 3 $ 4,850.00 F Pest Control each $ 250.00 G Palm and Tree Trimming Maintenance each $ 750.00 H Areca Palm Maintenance each $ 600.00 9 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate hourly $ 65.00 Technician Hourly Rate hourly $ 85.00 Helper Hourly Rate hourly $ 50.00 Florida International Society of Arboriculture(ISA)Certified Arborist hourly $ 150.00 (If arborist is on staff) Markup/Additional Services(refer to solicitation for details) Material Markup-10% Rental Equipment Markup-10% Subcontractor Markup-10% nm service County Location and Service Line Item Number Rem UOM Unit Price 10 Public Utilities Operations Center(PUOC) 4370 and 4220 Mercantile Avenue A Lawn Maintenance each $ 275.00 B Shrub/Hedge Maintenance each $ 350.00 F Pest Control each $ 250.00 10 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate hourly $ 65.00 Technician Hourly Rate hourly $ 85.00 Helper Hourly Rate hourly $ 50.00 Florida International Society of Arboriculture(ISA)Certified Arborist hourly $ 150.00 (If arborist is on staff) Markup/Additional Services(refer to solicitation for details) Material Markup-10% Rental Equipment Markup-10% Subcontractor Markup-10% 4 of 8 Item Service Number ttem County Location and Service Line Item UOM Unit Price 13 MANATEE REPUMP STATION-1300 Manatee Road A Lawn Maintenance each $ 250.00 B Shrub/Hedge Maintenance each $ 383.00 C Bush Hog and Brush Clearing each $ 280.00 K Perimeter Maintenance-5 ft on both sides monthly $ 270.00 13 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate hourly $ 65.00 Technician Hourly Rate hourly $ 85.00 Helper Hourly Rate hourly $ 50.00 Florida International Society of Arboriculture(ISA)Certified Arborist hourly $ 150.00 (If arborist is on staff) Markup/Additional Services(refer to solicitation for details) Material Markup-10% Rental Equipment Markup-10% Subcontractor Markup-10% Primary Item Service County Location and Service Line Item uoM Unit Price Number ttem 15 RAW WATER BOOSTER STATION A Lawn Maintenance each $ 366.00 B Shrub/Hedge Maintenance each $ 359.00 K Perimeter Maintenance-5 ft on both sides monthly $ 350.00 15 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate hourly $ 65.00 Technician Hourly Rate hourly $ 85.00 Helper Hourly Rate hourly $ 50.00 Florida International Society of Arboriculture(ISA)Certified Arborist hourly $ 150.00 (If arborist is on staff) Markup/Additional Services(refer to solicitation for details) Material Markup-10% Rental Equipment Markup-10% Subcontractor Markup-10% 5of8 Primary item Service County Location and Service Line Item UOM Unit Price Number item 17 Marco Island Recycling Drop-Off Center 990 Chalmer Dr., Marco Island, FL 34145 A Lawn Maintenance each $ 170.00 B Shrub/Hedge Maintenance each $ 450.00 C Bush Hog and Brush Clearing each $ 100.00 D Irrigation Maintenance each $ 283.00 E Fertilization Maintenance 3 $ 162.00 F Pest Control each $ 150.00 G Palm and Tree Trimming Maintenance each $ 390.00 H Areca Palm Maintenance each $ 600.00 K Perimeter Maintenance-2 ft on both sides monthly $ 100.00 17 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate hourly $ 65.00 Technician Hourly Rate hourly $ 85.00 Helper Hourly Rate hourly $ 50.00 Florida International Society of Arboriculture(ISA)Certified Arborist hourly $ 150.00 (If arborist is on staff) Markup/Additional Services(refer to solicitation for details) Material Markup-10% Rental Equipment Markup-10% Subcontractor Markup-10% Primary Item Service County Location and Service Line Item Number item UOM Unit Price 20 Carnestown 31201 Tamiami Trail East A Lawn Maintenance each $ 399.00 B Shrub/Hedge Maintenance each $ 250.00 C Bush Hog and Brush Clearing each $ 300.00 F Pest Control each $ 250.00 G Palm and Tree Trimming Maintenance each $ 250.00 H Areca Palm Maintenance each $ 600.00 K Perimeter Maintenance-2 ft on both sides monthly $ 399.00 20 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL _ Supervisor Hourly Rate hourly $ 65.00 Technician Hourly Rate hourly $ 85.00 Helper Hourly Rate hourly $ 50.00 Florida International Society of Arboriculture(ISA)Certified Arborist hourly $ 150.00 (If arborist is on staff) Markup/Additional Services(refer to solicitation for details) Material Markup-10% Rental Equipment Markup-10% Subcontractor Markup-10% 6 of 8 CAO Primary Item Service Number Item County Location and Service Line Item UOM Unit Price 21 Collier County Landfill -3730 White Lake Blvd. 21.1 Entrance and scalehouse area A Lawn Maintenance each $ 440.00 B Shrub/Hedge Maintenance each $ 250.00 C Bush Hog and Brush Clearing each $ 250.00 D Irrigation Maintenance each $ 400.00 E Fertilization Maintenance 3 $ 1,500.00 F Pest Control each $ 200.00 G Palm and Tree Trimming Maintenance each $ 200.00 H Areca Palm Maintenance each $ 600.00 21.2 White Lake Blvd. A Lawn Maintenance each $ 370.00 K Perimeter Maintenance-2 ft on both sides monthly $ 300.00 21.3 Deep Injection Well Site A Lawn Maintenance each $ 312.00 C Bush Hog and Brush Clearing each $ 250.00 E Fertilization Maintenance 3 $ 550.00 F Pest Control each $ 300.00 G Palm and Tree Trimming Maintenance each $ 176.00 K Perimeter Maintenance-2 ft on both sides monthly $ 200.00 21.4 Resource Recovery Business Park(RRBP)Site A Lawn Maintenance each $ 575.00 C Bush Hog and Brush Clearing each $ 4,200.00 K Perimeter Maintenance-2 ft on both sides monthly $ 400.00 21 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate hourly $ 65.00 Technician Hourly Rate hourly $ 85.00 Helper Hourly Rate hourly $ 50.00 Florida International Society of Arboriculture(ISA)Certified Arborist hourly $ 150.00 (If arborist is on staff) Markup/Additional Services(refer to solicitation for details) Material Markup-10% _ Rental Equipment Markup-10% Subcontractor Markup-10% 7 of 8 S Primary Item Service County Location and Service Line Item Number Rem UOM Unit Price 22 Immokalee Landfill -700 Stockade Rd. A Lawn Maintenance each $ 295.00 B Shrub/Hedge Maintenance each $ 360.00 C Bush Hog and Brush Clearing — each $ 400.00 D Irrigation Maintenance each $ 475.00 E Fertilization Maintenance 3 $ 1,200.00 F Pest Control each $ 300.00 G Palm and Tree Trimming Maintenance each $ 650.00 H Areca Palm Maintenance each $ 600.00 K Perimeter Maintenance-2 ft on both sides monthly $ 350.00 22 ADDITIONAL SERVICE REQUESTS: TIME AND MATERIAL Supervisor Hourly Rate hourly $ 65.00 Technician Hourly Rate hourly $ 85.00 Helper Hourly Rate hourly $ 50.00 Florida International Society of Arboriculture(ISA)Certified Arborist hourly $ 150.00 (If arborist is on staff) Markup/Additional Services(refer to solicitation for details) Material Markup-10% Rental Equipment Markup-10% _ Subcontractor Markup-10% 8 of 8 C,10 Other Exhibit/Attachment Description: Federal Contract Provisions and Assurances • following this page (pages 1 through 11 ❑ this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CA0 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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 EXHIBIT I-1 ... ., w �...._...____.._...._.._ _ _. _._____._....__.._,.... �� CAO EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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 ail 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. EXHIBIT I-2 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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 EXHIBIT I-3 CAO EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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/smmicomprehensive-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.0 § 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." EXHIBIT I-4 CA.0) EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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 G.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. EXHIBIT I-5 (s,) EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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 EXHIBIT I-6 S EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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 EXHIBITI-7 CAO EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Compliance with Federal Law, Regulations,And Executive Orders and Acknowledgement of Federal Funding Certification This is an acknowledgement that FEMA financial assistance wilt be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. If the Contractor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the County for review and approval. The Contractor agrees to include in the subcontract that(1)the subcontractor is bound by the terms of this Agreement, (ii)the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the County and the Grantor Agency harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The County may document in the quarterly report the Contractor's progress in performing its work under this agreement. On behalf of my firm, I acknowledge,the grant requirements identified in this document. Vendor/Contractor Name Duval Landscape Maintenance LLC Date 6/11/2024 Maji Authorized Signature EXHIBIT I-8 __.. _. CA ...� EXHIBIT I FEDERAL.CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (1) The prospective subcontractor of the Sub-recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible,or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub-recipient's subcontractor is unable to certify to the above statement,the prospective contract shall attach an explanation to this form. CONTRACTOR Duval Landscape aintenance LLC 4 By: I/ A'f.(N't LPL? Signature Mark A. Bodkin VP of Sales & Marketing Name and Title 1921 Rock Road Street Address Naples FL 34120 City, State, Zip 27-0877531 UEI Unique Entity Identifier(for SAM.gov verification) 6/11/24 Date Sub-Recipient Name: Collier County Board of County Commissioners DEM Contract Number: Z2967 FEMA Project Number: DR 4673 CAO EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED., MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. unverifable statuses will require the PINME to either prOvcie a re,Ased statement or proide source documentation that validates a status. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAPA E PRIME FED NUMBER CONTRACT DOLLAR AMOUNT Duval Landscape Maintenance, LLC 27-0877531 Proposed = $1,405,030.00 THE PRIME A FLOP'DA-CERTI FIED DISADVANTAGED, VETERAN X 5 THE ACTIVITY OF"THIS CONTRACT. MINORITY OR WOMEN BUS/NESSENTERPR/SE? DBE? "I' X CONSTRUCTION VX (DBE/MBE/VIBE)OR HA A SMALL DISADIyAkTAGED BUSINESS SA CERTIFICATION RON,THE SMALL BUSINESS MB •Y X CONSULTAT ON? S X ADMINISTRATIONS A SE Pe ICE DISABLED.IETERAN VVE5E? r X OTHER? :SOB BA? ,r X It Tri S SUBMIS5 ON A REVISION? X 4 F YES,REVSION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY,WOMEN-OWNED,SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN,PRIME IS TO COMPLETE THIS NEXT SECTION OBE M,FWBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETHNICITY CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY iSee Betovit DOLLAR AMOUNT DOLLARS TOTALS: C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRAC:TOR NAME OF SUBMITTER DATE TITLE OF SUBMITTER Duval Landscape Maintenance LLC Mark A. Bodkin 06/11/2024 Vice President of Sales& Marketing EMAIL ADDRESS Of PRIME(SUBMITTER) TELEPHONE NUMBER FAX NUMBER nnark@duvallandscape.com 239-821-9599 904-900-1127 NOTE:Ths information is used to track and report anticipated DBE or MBE participation in federally-funded contracts.The antiopated DBE or MBE amount is voiuntary and will not become part of the contractual terms. This form must be submitted at tens&response to a solicitation.. land when awarded a County contract,the prime will be asked to update the information for the grant compliance files. ETHNICITY CODE Black A merican BA Hispanic American HA Native American NA Subcont.Asian American SAA Asian-Pacific American APA Non-Mtnorit?Women NMA, Other:not of any other group listed D.SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENT NAME COLLIER CONTRACT 4 ftF3.,RfP or POIREQ) GRANT PROGRAM/CONTRACT ACCEPTED BY: DATE EXHIBIT I-10 CAO EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (To be submitted with each bid or offer exceeding$100,000) The undersigned [Contractor] certifies,to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352(as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. UVa i 1 U4d 5 /1/164-je711-01fte- Li n Contractor(Firm Name) Maj L461 Signature of Contr ctor's Authorized Official R t ' P,ç(5;LS6fri. Name and Title of Contractor's� Authorized Official dtl2-rCI Date EXHIBIT 1 11 CAO