Loading...
Agenda 02/11/2025 Item #16L 1 (Awarding ITB for Contract #24-8287 for the Immokalee Zocalo Plaza Landscape Maintenance to A&M Property Maintenance LLC)2/11/2025 Item # 16.L.1 ID# 2025-205 Executive Summary Recommendation that the Board, acting as the Community Redevelopment Agency Board (CRA), award Invitation to Bid (ITB) No. 24-8287, “Immokalee Zocalo Plaza Landscape Maintenance,” to A&M Property Maintenance LLC, and authorize the Chairman to sign the attached Agreement, and authorize any necessary Budget Amendments. OBJECTIVE: To provide landscape maintenance for the Immokalee Zocalo Plaza. CONSIDERATIONS: The Immokalee First Street Public Plaza (also known as “Zocalo Plaza”) was developed as a public gathering place and a gateway into the Immokalee downtown community. The CRA owns the Zocalo Plaza located at 107 North First Street in Immokalee. Since August 13, 2023, the Immokalee Beautification Municipal Services Taxing District (the “Immokalee MSTU”) has been responsible for the management of the landscaping and irrigation services at Zocalo Plaza. Routine maintenance includes mowing and edging, site cleaning, weeding, general site trimming, trash removal and irrigation maintenance. On August 16, 2024, the Procurement Services Division released ITB No. 24-8287, “Immokalee Zocalo Plaza Landscape Maintenance.” The County received and reviewed four bids received by the September 16, 2024, submission deadline and found A&M Property Maintenance LLC (“A&M”) and Superior Landscaping & Lawn Service, Inc. to be responsive and responsible bidders, as shown below. Respondents: Company Name City County State Bid Amount Responsive/Responsible A&M Property Maintenance LLC Ave Maria Collier FL $41,294.00 Yes/Yes Superior Landscaping & Lawn Service Inc. Fort Myers Lee FL $63,882.20 Yes/Yes Florida Boys Site Development, Inc. Labelle Hendry FL $40,670.00 No/Yes Native Limitless Landscaping LLC Labelle Hendry FL $26,000.00 No/Yes Staff recommends awarding ITB No. 24-8287 to A&M, the lowest responsive and responsible bidder. Staff determined that it is not in the County’s best interest to make a further award to a secondary vendor. A&M is the current primary vendor on the current Agreement No. 23-8084 for Immokalee MSTU Landscape Maintenance, and has been providing maintenance services for the Immokalee MSTU since 2013. A&M has a local office in Ave Maria. The proposed attached Agreement is for three year term, with two one-year renewal options. FISCAL IMPACT: Funding is available and is consistent with the FY25 budget. The source of funding is a cost share between the Immokalee Beautification Municipal Service Taxing Unit MSTU Fund (1629) and the Immokalee CRA Fund (1025). GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: That the Board, acting as the Community Redevelopment Agency Board, award Invitation to Bid (ITB) No. 24-8287, “Immokalee Zocalo Plaza Landscape Maintenance,” to A&M Property Maintenance LLC, and authorize the Chairman to sign the attached Agreement, and authorize any necessary Budget Amendments. Page 3531 of 3773 2/11/2025 Item # 16.L.1 ID# 2025-205 PREPARED BY: Prepared By: Christie Betancourt, CRA Assistant Director ATTACHMENTS: 1. 24-8287 Solicitation 2. 24-8287_A&M_Bid Submittal 3. 24-8287 Bid Tabulation 4. 24-8287 NORA 5. 24-8287_VendorSigned_A&M 6. 24-8287 Insurance Packet 7. 24-8287 WC_A&M_1.22.25 8. 24-8287_Affidavit Page 3532 of 3773   COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR IMMOKALEE ZOCALO PLAZA LANDSCAPE MAINTENANCE SOLICITATION NO.: 24-8287 SARAH HAMILTON, ASSISTANT DIVISION DIRECTOR PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8987 Sarah.Hamilton@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Bidder may be grounds for rejection of the bid, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 3533 of 3773 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 24-8287 PROJECT TITLE: IMMOKALEE ZOCALO PLAZA LANDSCAPE MAINTENANCE PRE-BID MEETING: N/A DUE DATE: MONDAY, SEPTEMBER 16, 2024 at 3:00 PM EST PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl INTRODUCTION As requested by the Community Redevelopment Agency Division (CRA) (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. Collier County CRA owns the Zocalo Plaza. The Municipal Service Taxing Unit (“MSTU") manages the landscaping and irrigation services at the Zocalo Plaza for the community. Routine maintenance includes mowing and edging, site cleaning, weeding, general site trimming (trees, palms, shrubs, bamboo, and bougainvillea), debris and trash removal, and irrigation system maintenance. Other services include pest control and fertilization. Additional services may be requested to include, but are not limited to, replenishing crushed shell and pine straw beds, pressure washing, paver sealing, troubleshooting trip hazards, and irrigation system part replacements. Historically, the MSTU has spent approximately $25,260 annually; however, this may not be indicative of future buying patterns. BACKGROUND The Immokalee First Street Public Plaza (also known as Zocalo Plaza) was developed as a public gathering place and a gateway into the Immokalee downtown community. Since August 13, 2023, the MSTU has managed the landscape and irrigation maintenance under an existing contract. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation.  It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. Page 3534 of 3773  For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below:  Total Bid Amount  Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to:  Identify Primary and Secondary Awardees  The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK Landscape maintenance services may include, but are not limited to, Routine Maintenance (Mowing and Edging, Street Cleaning, Weeding, General Site Trimming, and Debris Removal), Ornamental & Turf Spraying / Pest Management, and Fertilization. County staff may request additional services, such as, but are not limited to, landscape and irrigation projects, as needed, material applications, pressure cleaning, and tree and palm maintenance. Work Area: The Zocalo Plaza is located at 107 N. First Street, Immokalee, FL 34142, PIN#81681960009 & #81681720003. It is approximately .58 Acres +/—, as shown in the images below. Plans are attached for reviewing the work area. PIN# 81681720003 PIN# 8168960009 SPECIFICATIONS 1. ROUTINE MAINTENANCE: Below are landscape and irrigation maintenance specifications for services the Division will issue monthly. The unit prices include supervision, labor, tools, equipment, materials, and Temporary Traffic Control (TTC) to complete the services. Use current techniques and standards approved by the University of Florida, Institute of Food and Agriculture Services (UF/IFAS). The following link goes directly to the UF/IFAS website. Contractors can obtain online versions of Green Industries Best Management Practices manuals in English and Spanish: https://ffl.ifas.ufl.edu/ffl-and-you/gi-bmp-program/gi-bmp-manual/ 1.1. MOWING & EDGING 1.1.1. Before mowing, remove palm fronds, seed pods/seeds, debris, litter, leaves, rocks, paper, tree branches, limbs, and any other debris from the turf areas, plant beds, and hardscapes. 1.1.2. Mow in a manner consistent with landscape maintenance industry standards that ensures smooth surface appearance without scalping or leaving uncut grass. 1.1.3. ROW mowing is from the back of the curb to the right-of-way line (wooden or concrete power poles). 1.1.4. Mow at the highest recommended height for species in the table below per the University of Florida's Institute of Food and Agriculture Sciences (UF/IFAS). Do not remove more than one-third (1/3) of the leaf blade at each mowing. 1.1.5. Mow turf with a mulching mower, eliminating the need to bag and transport grass clippings. Leaf clippings in the turf area will add nutrients and organic matter to the lawn. If bagging clippings, they shall be collected and removed at no additional cost to the County. 1.1.6. Use an alternative mowing method in water-drenched turf areas to prevent wheel ruts from heavier, self-propelled riding mowers. Turf damages caused by the Contractor’s equipment shall be repaired immediately following the Page 3535 of 3773 services at no additional cost to the County. 1.1.7. Notify the MSTU Project Manager or designee immediately when turfgrass shows signs of heat stress, disease, or irrigation malfunctions. 1.1.8. String edge along plant beds and turf edges where an underground irrigation system is present; mechanical metal blade edging is not permitted. 1.1.9. Mechanical metal blade edging is permitted along the back of curbs and sidewalks. 1.1.10. With every edging service, cut and remove grass root runners extending into plant beds or mulch areas and concrete, asphalt, and brick paved areas. 1.1.11. Edge in turf areas such as, but not limited to, sprinkler heads, valve boxes, timer pedestals, posts, utility service boxes, shrubs, signposts, utility holes, guardrails, along sidewalk edges, back of concrete curbs, around plant beds, street light bases, headwalls, and trees for an aesthetically pleasing appearance. 1.1.12. Remove edging debris from roadways, sidewalks, curbing, and gutters on the same day as the service. 1.1.13. Chemicals are not authorized for edging. If chemicals are used and cause damage, the Contractor is responsible for restoring the damaged areas to full restoration where the chemical was applied, at no cost to the County. 1.2. SITE CLEANING: Clean sidewalks, curbs, and gutters, including four feet (4’) area from the face of gutters, curbs, and sidewalks immediately following each service to prevent accumulation of debris and to keep areas neatly maintained with safe conditions. 1.2.1. Remove grass clippings and debris from hardscapes following the same day of the mowing services. 1.2.2. Do not allow grass clippings or debris to enter any inlet, catch basin, or body of water. Remove grass clippings and debris from these areas. 1.2.3. Deposit grass clippings into existing turf areas. 1.2.4. No debris shall be blown or deposited onto adjacent property, accumulated on right-of-way areas, or blown into roadways or travel lanes. 1.2.5. Remove seed pod seeds from hardscape areas and around the palm perimeter. 1.2.6. Remove homeless possessions, such as shopping carts, trash bags, clothing, etc. 1.2.7. The site shall be free of all debris and trash. 1.3. WEEDING 1.3.1. Perform weeding weekly, leaving the area reasonably weed-free, visually well-maintained, and aesthetically pleasing. 1.3.2. Weeding within the worksite includes plant beds, shrubs, around trees, sidewalks, concrete, pavers, signposts, bases, tree grates, pine straw, and crushed shell, etc. 1.3.3. Contractor's employees may manually pull weeds by hand, use a chemical method (not harming plant materials), or use a combination of manual and chemical methods. 1.3.4. Pre-emergent products to control weeds. Apply pre-emergent herbicides in early February. To avoid harming the grass, apply the herbicide before temperatures rise above 65 to 70 degrees Fahrenheit. Nonselective herbicides that contain active ingredients like glyphosate or glufosinate can be used to spot-treat weeds in beds. 1.3.5. Post-emergent products to control weeds. Determine the type of application (systemic or contact herbicides). Use caution when applying to prevent the spray from drifting or contact with non-target plants. 1.3.6. Chemical damages to non-target plants will be the Contractor's responsibility to replace, at no cost to the County, within 72 hours or as agreed to by the MSTU Project Manager or designee. 1.4. GENERAL SITE TRIMMING: Disinfect pruning tools before performing County contracted services to prevent disease transmission. Services include trimming groundcovers, shrubs, and plant foliage 10 feet and below. 1.4.1. Notify the MSTU Project Manager when plant materials (e.g. trees, ground covers, shrubs, turf) show signs of infestation, disease, or dying. 1.4.2. Remove water sprouts, suckers, dead or diseased foliage, and branches. 1.4.3. Trim plants 18 inches from the irrigation heads to maintain uniform irrigation distribution patterns. 1.4.4. Trim shrubs in their natural form. Do not prune plants into boxed shapes. 1.4.5. Shrub pruning should be done consistently throughout the worksite for all shrub types for landscape continuity. 1.4.6. Shrubs and groundcovers adjacent to pathways or sidewalks prune to maintain one (1) foot clearance from the pathway's edge. It is recommended that adjacent shrubs and groundcovers are maintained at an angle or rounded away from the path to keep the area safe. 1.4.7. Trim trellis bougainvillea growth on the top & pillars of the trellis to keep a maintained look. Clear bougainvillea shoots so as not to obstruct the lights. 1.4.8. Trim and prune bamboo to one foot (1’) below the top of the wall, as needed. Maintain to not exceed the height requirement. 1.4.9. Prune ornamental grasses once a year (or as directed by the MSTU Project Manager or designee), only after the Page 3536 of 3773 blooming season, at the plant base to remove old growth. Do not cut grasses using a flat-top method. 1.4.10. Saw Palmetto trim to maintain a natural rounded 60-inch height, as needed to maintain shape and remove dead fronds. 1.4.11. Perform hard cutting to 18 inches by October 1st each year before cooler temperatures begin so blooming plants are at the proper height before the dry season begins. Shrub hard cutting requires approval from the MSTU Project Manager or designee. 1.4.12. Prune selectively to improve the plant structure's health and to enhance fruiting, flowering, or appearance. 1.4.13. Groundcovers and grasses cannot grow over curbs or onto paved areas. 1.4.14. Maintain tree canopy branches over pathways or sidewalks at a minimum height of 10 feet. 1.4.15. It is mandatory to check plant heights at each service. 1.4.16. Remove pruning and trimming debris at each service. 1.5. DEBRIS/TRASH REMOVAL: Remove trash and debris at each service, including paper, bottles, cans, trash, horticultural and non-horticultural waste, leaves, rocks, branches, limbs, palm fruit and fronds on the ground, and homeless persons' abandoned possessions. This item includes all debris and trash not part of the landscape. 1.6. IRRIGATION SYSTEM MAINTENANCE: The Contractor is responsible for inspecting, operationally testing, and performing minor repairs to the irrigation system. The unit price includes labor and equipment. The MSTU Project Manager or designee will purchase the irrigation parts and arrange for the Contractor to pick them up. 1.6.1. Inspect the irrigation system components to ensure they function properly. Operationally test by performing wet checks, ensure there is a water source, pumps are operating, control enclosures are functioning and intact, controllers are responding to inputs, controller activate zone, zone sequence, and zone duration, rain sensors are intact and functioning, open and close values manually at the valve box, check spray patterns are delivering water to the coverage areas, and water meters are registering flow and water consumption readings. 1.6.2. Check for cuts, leaks, pipe damage, dry areas, flooded areas, dying vegetation, and damaged or deteriorated valve boxes. Report these damages via email to the MSTU Project Manager or designee immediately. 1.6.3. Minor repairs include replacing heads, nozzles, and decoders; installing or replacing risers; repairing minor/lateral PVC piping breaks or subsurface piping or restricted sprinkler lines; replacing damaged valve boxes/lids; etc. 1.6.4. Valve boxes shall be fully accessible and clear of vegetation and debris inside the box, and ensure lids fully close. 1.6.5. Inspect and clean valve assemblies. 1.6.6. Replace and adjust sprinkler heads, nozzles, and screens. 1.6.7. Major irrigation system repairs shall be under additional services and markups. 2. ORNAMENTAL & TURF SPRAYING AND PEST MANAGEMENT: The Contractor shall submit to the MSTU Project Manager a written pest and spray program that shall incorporate ant and rodent control and shall meet or exceed the following minimum standards. The unit price includes labor, equipment, chemicals, and applications. 2.1. Describe procedures, methods, and techniques to enhance the environment. 2.2. Provide maximum protection for the health, safety, and welfare of the public and environment. 2.3. List of all chemicals. 2.4. List application methods. 2.5. Records must be kept of all pesticide applications. Documentation shall include but not be limited to application date and time, weather conditions at the time of application, chemicals applied, and the applicator's name. Submit the record(s) as backup documentation with the monthly invoice for payment. Invoices may be rejected for failure to submit pesticide documentation. 2.6. The Contractor shall provide a written pest and spray program incorporating ant and rodent control that meets or exceeds the following minimum standards. 2.6.1. Describe procedures, methods, and techniques to enhance the site environment. 2.6.2. Provide maximum protection for the health, safety, and welfare of the public and environment. 2.6.3. Provide MSDS Sheets for chemicals upon request. 2.6.4. Provide signage where applicable. 2.7. Monthly Pest Control: Perform weekly on-site inspections and provide written reports to the MSTU Project Manager or designee monthly. 2.7.1. Methods of Application: One hundred percent (100%) coverage and penetration shall be provided. Insecticides and fungicides shall be applied under the proper pressure to provide maximum coverage. 2.7.1.1. Insecticides should be alternated occasionally to prevent insect resistance to the application. 2.7.1.2. Herbicides used in turf areas shall be applied at the proper pressure. 2.7.1.3. Turf herbicides shall not be applied when the daily temperature exceeds 85 degrees. 2.7.1.4. When the label recommends, a spreader sticker (Nu-Film 17 or equal) shall be incorporated into all spraying of groundcovers, shrubs, trees, palms, and turf areas. Page 3537 of 3773 2.7.1.5. When recommended by the label, the MSTU Project Manager, or the designee, all spray applications shall contain a wetting agent in the mix. 2.7.1.6. Follow manufacturers' instructions. 2.7.2. Rate of Application: All chemicals shall be applied at the rates recommended on the manufacturer’s labels. 2.7.3. Materials List: Lists shall include insecticide, fungicide, and herbicides, including natural or artificial substances containing the chemical elements that improve the growth and productiveness of plants to be used on turf areas and on plant materials. Submit in writing to the MSTU Project Manager or designee for review and approval. All chemicals used shall be approved by the Environmental Protection Agency for their intended use and area of use. 2.7.4. Application Schedules: Submit application schedules to the MSTU Project Manager or designee before applications for approval. Chemicals applied without schedules and prior approval may have invoices rejected by the Division and services not paid. 2.7.5. Groundcovers, Shrubs, Trees, Turf, Bed Areas, etc.: Insecticides, fungicides, and herbicides applications are monthly with approval from the MSTU Project Manager or designee. The Contractor shall use Integrated Pest Management practices to promote plant health and eliminate unwanted weeds and pests. 2.7.6. Ant Abatement & Mound Removal: This includes all ant species. Use bait formulas to treat mounds individually as they occur. Place fresh bait surrounding the mound without disturbing the mound itself. The best management method is to broadcast granular baits around the landscape and on the turf. The Contractor shall provide labor, equipment, and materials. 2.7.6.1. Carpenter Ants: Direct treatment of nesting sites is recommended because sites harbor the brood, queen, bulk of the workers, and winged reproductives. A small amount of insecticidal dust or spray applied directly to the nest area is usually successful. Excessive treatment can become repellent, causing the nest to move to another location if the dust or spray is applied near but not directly on the nest. 2.7.6.2. Ant Mounds: The Contractor is responsible to grade and level the mounds once the ants are eradicated. 2.7.7. Rodent Control: Monitor the work site for rodents (e.g., rats and mice). The Contractor supplies labor, materials, and equipment to remove rodents. 3. FERTILIZATION: Follow UF/IFAS guidelines for turfgrass fertilization and comply with Collier County’s Fertilizer and Urban Landscaping Ordinance: Collier County's Fertilizer and Urban Landscaping Ordinance | Collier County, FL (colliercountyfl.gov). The Contractor must have valid certification issued by the Florida Department of Agriculture and Consumer Services for Limited Urban Commercial Fertilizer Applicator Certification (FDACS LUFAC). The unit price includes labor, equipment, fertilizer, and application. 3.1. Provide fertilization applications twice per year for slow-release formulas. Twice per year, every six months. 3.2. The Contractor shall ensure that fertilization does not exceed the fertilizer label rate prescribed and complies with state and local ordinances. 3.3. Broadcast throughout the planting beds, turf, and palms. 3.4. Fertilize tree pits evenly. 3.5. No fertilizer rings around trees under any circumstances. If a ring is formed, the Contractor must return to the site and spread the fertilizer at the Contractor’s expense. 3.6. Immediately remove fertilizer from hardscapes and curbs to prevent staining. 3.7. Blends: Florikan's slow-release fertilizer is the recommended manufacturer. The manufacturer labels are provided for review. However, the Contractor is authorized to use an equivalent formula with approval by the MSTU Project Manager or designee. 3.7.1. Florikan Custom Blend / 8-0-12 Palm Blend, 180 days, Micro Size Prill. 3.7.2. 8-2-12-180-LND / 8-2-12 Palm Blend, 180 days, Micro Size Prill. 3.8. Fertilizer Applications: The Contractor shall use deflector shields on all application equipment to minimize the inadvertent application of fertilizer in non-plant areas. The Contractor shall blow, sweep, or wash back into the landscape any fertilizer deposited on paved or impervious surfaces. 3.8.1. Ensure fertilizers and other lawn chemicals do not directly contact the water. 3.8.2. Apply fertilizer only when plants are actively growing. 3.8.3. Clean up spilled fertilizer materials immediately per the University of Florida IFAS recommendations. 3.8.4. After fertilizing (other than when watering restrictions apply), irrigate with at least a quarter inch (1/4”) of water following fertilization to avoid the loss of nitrogen and increase uptake efficiency. If water restrictions apply, the contractor may irrigate as permitted but no more than one-half inch (1/2”) following fertilization. 3.9. Bed, Tree, Shrub, Palm, Flower, Groundcover Fertilization: If landscape plants show nutrient-deficient symptoms, notify the Page 3538 of 3773 MSTU Project Manager or designee within forty-eight (48) hours for appropriate action and approval to treat the materials to maintain plant health. When applying fertilizer, Broadcast fertilizer uniformly over all the landscaped areas, and consider root location, fertilization objectives, and plant species. 4. ADDITIONAL SERVICES: These services are not part of the routine landscape maintenance services. The Division may request additional services as needed. It will be the Division’s discretion to request an estimate, or they may choose to utilize another Contract, or request quotes off contract, following the Procurement Ordinance for informal purchases. 4.1. LABOR HOURS: These hours are for landscape or irrigation maintenance services as requested by the MSTU Project Manager or designee. Overtime (OT) rates apply to labor only. The hours are 6:01 p.m. to 5:59 a.m. on County observed holidays and weekends. OT hours will require written pre-approval by the MSTU Project Manager or designee. The overtime rate is 1.5 times the unit price. 4.2. DEBRIS & TRASH REMOVAL—WEEKENDS, COUNTY HOLIDAYS, OR AFTER HOURS: The MSTU Project Manager or designee may request the removal of debris and trash following weather events, County-sponsored events, or as required. The services may be on weekends, County-observed holidays, or after hours from 6:01 p.m. through 5:59 a.m. The hourly unit price includes labor, equipment, and disposal fees. 4.3. EQUIPMENT WITH OPERATOR: The MSTU Project Manager or designee may request services requiring equipment with an operator. The hourly unit price includes delivery and return, equipment, operator, fuel, labor, and supplies. 4.4. MATERIAL APPLICATIONS: The Division may request pine straw or crushed shell replacement applications or topcoats. Replacement applications shall follow the as-built plans installation notes and chart. The bale or cubic yard unit price includes labor, pine straw bales or crushed shells, equipment, and disposal. 4.4.1. Pine Straw: install to maintain a 3-inch depth in the planting beds. 4.4.2. Crushed Shell: Clean washed crushed shell” 3-inch depth, shell size is no larger than ½” diameter. 4.5. PRESSURE CLEANING: The Division may request services for pressure cleaning hardscapes such as curbing, pavers, sidewalks, light posts, bandshell, memorial benches, wood benches, walls, and paved areas, etc. No work shall start unless approved by the MSTU Project Manager or designee. The hourly unit price includes labor, equipment, pressure cleaning chemicals, and water. 4.5.1. Pressure cleaning equipment must have adequate power to remove pavement markings without destabilizing the pavers. If the paver joints are destabilized, the Contractor may be required to re-sand them, at no cost to the County. 4.5.2. Immediately notify the MSTU Project Manager or designee if you find damaged pavers, curbing, or concrete. 4.6. TREE AND PALM SERVICES: Work may require replanting, restanding, and staking fallen or leaning plant material, trees, and palms. The unit price includes materials to complete the work, equipment, machinery, cranes, fuel, labor, equipment operators, Maintenance of Traffic (MOT) and its equipment (i.e. arrow board, cones, etc.), water wagon or truck, and white spray paint to mark and identify irrigation lines that are visibly broken. Tree staking materials can be invoiced using the material markups. 4.7. MARKUP: Percentage markups apply when additional services are needed. There are no markups on taxes or freight/delivery charges. 4.7.1. Material Markup: A 10 percent markup for materials not included in the unit price. The Contractor shall provide receipts with the invoice for reimbursement for materials exceeding $500.00. Any items below $500.00 will require itemized records for reimbursement. 4.7.2. Equipment Markup: A 10 percent markup is authorized for equipment not listed on the fee schedule. The Contractor shall email an estimate to the MSTU Project Manager or designee to approve rental equipment. 4.7.3. Subcontractor Markup: A 15 percent markup for subcontractor services. The Contractor shall email an estimate to the MSTU Project Manager or designee to approve subcontractor services not listed on the fee schedule. 5. GENERAL INFORMATION 5.1. CERTIFICATIONS: The Contractor shall maintain the following certifications throughout the contract term and subsequent renewal periods. 5.1.1. Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. Page 3539 of 3773 5.1.2. Maintenance of Traffic (MOT) or Temporary Traffic Control (TTC), Intermediate Level Certification. 5.1.3. Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S. 5.1.4. Employee Identification Card for non-certified employees OR a listing of employees’ names and their issued ID card numbers that will perform pest control for a licensed company. Each ID card must be an employee of the licensed company and work under the direct supervision of the certified operator. Chapter, 482.091 F.S. 5.2. LICENSES: The Contractor shall maintain the following licenses throughout the contract term and subsequent renewal periods. 5.2.1. Collier County Landscape Restricted & Collier County Irrigation License, or Collier County Landscape & Collier County Irrigation License; or Collier County Unlimited Landscape License (includes landscape and irrigation licenses). 5.2.2. Collier County Pest Control License. 5.3. WORK AREA CONDITIONS: The Contractor agrees and accepts that the awarded work areas are in “as is” condition. They are responsible for completing a site visit and inspecting the area before submitting the bid. 5.4. WORK COMMENCEMENT: The work shall start with issuing a purchase order. 5.5. CONTRACTOR PERSONNEL: The Contractor shall have a supervisor at the worksite. The work shall be given the constant attention necessary to ensure the schedule is on time and work progresses continually. The supervisor must speak and understand English, communicate effectively, understand the contract documents, and have full authority to receive instruction from the Division. 5.6. CREWS & EQUIPMENT: The Contractor shall have adequate personnel and crews to perform the contract. The crews shall be trained, communicate effectively with County staff, and safely operate equipment and vehicles. 5.7. FINAL INSPECTIONS: Following services, the contractor must notify the MSTU Project Manager or designee that the work is completed for final inspection. The Contractor will be notified when the finished work fails to comply with the Contract specifications. 5.7.1. The Contractor shall immediately cure the deficient work, ensuring it complies with the specifications. 5.7.2. The Contractor shall notify the MSTU PM when deficient work is ready for re-inspection. 5.7.3. The County may make a final inspection of the work or request photographic evidence. The County will inform the Contractor of any necessary repair work not completed. 5.7.4. There will be no cost to the County for the Contractor to correct deficient work. 5.8. DAMAGES: The Contractor's negligence in causing damages shall be repaired or replaced at the Contractor’s expense within seventy-two (72) hours, or as agreed upon by the MSTU Project Manager. Some examples of negligence resulting in damages are dying plants, shrubs, trees, grass, or foliage, or failure to provide ramps or other devices to access the curbs into the work site, resulting in curb or turf damages. Complete any required repairs to the satisfaction of the MSTU Project Manager or designee at no additional cost to the County. Repairs shall be completed before the Contractor's invoice for landscape services is submitted. 5.9. ACCIDENT REPORTING: The Contractor is to report to the MSTU Project Manager or designee each week any accidents or thefts involving or occurring within the work areas covered by this Contract. 5.10. WORK ZONE SAFETY: The Contractor shall use caution while working on County Right-of-Way (ROW) (i.e., roads, sidewalks, bike paths, etc.) in or around County-owned or operated facilities. 5.10.1. American National Standards Institute/International Safety Equipment Association (ANSI/ISEA) Class 2 or 3 Vests, T-shirts, or similarly labeled garments depending on the time of day. 5.10.2. Appropriate work zone signage, cones, barricades or barrels, arrow panels, flagging personnel, and stop/slow paddles. 5.10.3. An applicable work zone TTC plan based on FDOT and/or MUTCD designs on site. 5.10.4. The Contractor will maintain access for residents and commercial properties with minimal delays to the traveling public. 5.11. TEMPORARY TRAFFIC CONTROL (TTC): The Contractor is responsible for setting up TTC with the right equipment and proper placement of lane closed signs, pre-warning signs, arrow boards, traffic cones, message boards, warning devices, barriers, or flagmen. 5.11.1. The Contractor is responsible for maintaining TTC while performing services in the right-of-way and roadways. Page 3540 of 3773 5.11.2. TTC is a requirement for the safety and protection of the Contractor's employees and motorists during services' performance. 5.11.3. It is the Contractor's sole responsibility for safety in the work zone. 5.11.4. The Contractor must conform to the latest edition of the FDOT, Design Standards, 600 series, and The Manual on Uniform Traffic Control Devices (MUTCD). 5.11.5. The Contractor is responsible for the TTC plan and equipment setup. 5.11.6. Certified TTC employee to meet the MSTU Project Manager or designee within twenty (20) minutes of the initial contact to address work zone safety issues. 5.11.7. TTC setup that does not comply will have operations ceased until TTC is corrected per the FDOT standards and MUTCD. 5.12. WORK HOURS: Regular service hours are Monday through Friday from 6:00 a.m. to 6:00 p.m. The Contractor or MSTU Project Manager or designee may request to work outside these hours, but it requires approval from the MSTU Project Manager or designee. 5.13. LANE CLOSURES: On weekdays, lane closures are not permitted between 7:00 a.m. and 9:00 a.m. and 3:30 p.m. and 6:30 p.m. Lane closures require MOT/TTC with proper placement of lane-closed signs, pre-warning signs, arrow boards, traffic cones, etc. 5.14. ROAD ALERT (Mandatory Requirement): Any lane closures require the Contractor to submit the “Road Alert Notification Form for Lane Closures and Road Closures” to Collier County Transportation Management Services Department. Download and submit the Road Alert form using the following link: https://www.colliercountyfl.gov/government/transportation- management-services/services/construction-and-maintenance-public-information/road-alerts. 5.15. UTILITIES: The Contractor shall be responsible for exercising precautions while working near utilities. Before digging, Contractors must call Sunshine 811 at 811 or 800-432-4770, Monday – Friday from 7:00 a.m. – 5:00 p.m. Sunshine 811 needs two (2) full business days' notice. Any damage to utilities is the Contractor's sole responsibility and at no cost to the County. 5.16. CLEAN-UP / DISPOSAL: The Contractor shall remove and dispose of material, debris, and trash from the work area each day. If the area is not cleaned, the Contractor may be required to return to the worksite to clean up, remove, and dispose of the debris at an authorized disposal site. 5.17. WORK SCHEDULES: Email work schedules to the MSTU Project Manager or designee. This is a mandatory requirement, and having work schedules is imperative for inspection purposes. 5.17.1. Schedule the work to complete the work in one (1) visit unless directed by the MSTU Project Manager or designee. 5.17.2. Email work schedules the week before OR Monday by 6:30 a.m. before work starts. Work schedules are Monday through Friday when County offices are open or as agreed upon by the MSTU Project Manager or designee. 5.17.3. List crew personnel names, service dates, and times. 5.17.4. Immediately notify the MSTU Project Manager or designee of any changes to the work schedule. 5.17.5. The Division reserves the right to change schedules as needed per the season, weather, work conditions, budgetary, or if it is in the County's best interest. 5.18. GENERAL MAINTENANCE REPORT SHEETS (GMRS): GMRS shall be completed on a weekly basis, signed by the Contractor, and submitted via email to the MSTU PM or designee the next day following completion of services. 5.19. WORK DELAYS: The Contractor shall notify the Division immediately of any delays via a phone call and follow up with an email the next business day with a written summary of the delay. 5.20. CONTRACTOR PERFORMANCE: The Contractor shall perform as described in the Scope of Work and specifications in a safe, and proper manner that is satisfactory to the MSTU Project Manager or designee. 5.20.1. If the Contractor's ability to perform the work under the Contract is compromised, it shall immediately notify the County's Contract Administrator in writing. 5.20.2. The MSTU Project Manager or designee may utilize the Secondary Contractor if the Primary Contractor cannot provide the services as requested. 5.20.2.1. If the Primary Contractor continually fails to provide service requests, the Contract may be terminated, and the Secondary Contractor will assume all work under the Contract's terms. 5.20.2.2. During any notice of default, breach, or suspension, the County shall have the full authority to utilize the Secondary Contractor as the Primary Contractor. Page 3541 of 3773 5.21. PERSONNEL: The Contractor shall provide the County's Contract Administrator contact information before the contract kick-off meeting. The information must include names with titles, email addresses, and telephone numbers (direct business line and cell phone). 5.21.1. Key Personnel employees must be English-speaking to effectively communicate with the MSTU Project Manager or designee. 5.21.2. In the absence of key personnel, the Contractor shall immediately notify the MSTU Project Manager or designee and email the information for the substitution personnel. 5.21.3. The County reserves the right to remove key personnel who fail to communicate effectively with County staff from the Contract. 5.22. MEETINGS: Either party may request meetings throughout the contract term, requiring mandatory attendance. The County does not incur additional costs for meeting attendance. 5.22.1. Mandatory MSTU Meeting: The Contractor shall attend the monthly Immokalee Beautification MSTU Advisory Committee meeting to discuss the ongoing landscape and irrigation maintenance status per the weekly/monthly report(s) and answer any questions. The meeting duration is approximately one hour. 5.22.2. The Contractor shall attend on-site inspections at Zocalo Plaza to verify work completed or review open issues, as requested by the MSTU Project Manager or designee. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last 5 years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using Form 5 provided in OpenGov as part of the Required Forms. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. Page 3542 of 3773 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8287 Immokalee Zocalo Plaza Landscape Maintenance RESPONSE DEADLINE: September 16, 2024 at 3:00 pm Report Generated: Wednesday, September 18, 2024 A&M PROPERTY MAINTENANCE, LLC Response CONTACT INFORMATION Company: A&M PROPERTY MAINTENANCE, LLC Email: aandmtotal@yahoo.com Contact: ARMANDO YZAGUIRRE Address: 4396 Owens 4396 Owens Way Ave Maria, FL 34142 Phone: (239) 503-0303 Website: N/A Submission Date: Sep 16, 2024 11:45 AM (Eastern Time) Page 3543 of 3773 [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8287 Immokalee Zocalo Plaza Landscape Maintenance [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT undefined - Immokalee Zocalo Plaza Landscape Maintenance Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Sep 16, 2024 11:34 AM by ARMANDO YZAGUIRRE QUESTIONNAIRE 1. 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company.* Confirmed 2. 2. General Bid Instructions has been acknowledged and accepted.* Confirmed 3. 3. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.* Confirmed 4. 4. County Required Forms 4.1. BID SCHEDULE* Please upload completed Bid Schedule in Microsoft Excel format. 24-8287_Bid_Schedule.pdf 4.2. VENDOR DECLARATION STATEMENT (FORM 1)* 24-8287_Vendor_Declaration_Statement_(Form_1).pdf 4.3. CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* Page 3544 of 3773 [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8287 Immokalee Zocalo Plaza Landscape Maintenance [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT undefined - Immokalee Zocalo Plaza Landscape Maintenance Page 3 24-827_Conflict_of_Interest_Certification_Affidavit_(Form_2).pdf 4.4. PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (IF WORK PERFORMED IN THE STATE) - HTTP://DOS.MYFLORIDA.COM/SUNBIZ/ SHOULD BE ATTACHED WITH YOUR SUBMITTAL* 2024_Florida_LLC_Sunbiz.pdf 4.5. IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* 24-8287_Immigration_Affidavit_Certification.pdf 4.6. E-VERIFY MEMORANDUM OF UNDERSTANDING OR COMPANY PROFILE PAGE* E-Verify.pdf 4.7. CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) IF APPLICABLE AND CLAIMING LOCAL VENDOR STATUS. 24-8287_Vendor_Submittal-Local_Vendor_Preference_Certification_(.pdf 4.8. BUSINESS TAX RECEIPT Required if claiming Local Vendor Status. 2024-2025_Business_Tax_Maintenance_Service.pdf 2024-2025_Business_Tax_Receipt_Irrigation_Sprinkler_Contractor.pdf 2024-2025_Business_Tax_Landscape_Restricted.pdf 4.9. REFERENCE QUESTIONNAIRES (FORM 5)* Completed reference forms. 24-8287_Reference_Questionnaire_(Form_5).pdf 4.10. VENDOR W-9 FORM* 2024_W-9.pdf Page 3545 of 3773 [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8287 Immokalee Zocalo Plaza Landscape Maintenance [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT undefined - Immokalee Zocalo Plaza Landscape Maintenance Page 4 4.11. VENDOR ACKNOWLEDGES INSURANCE REQUIREMENTS AND IS PREPARED TO PRODUCE THE REQUIRED INSURANCE CERTIFICATE(S) WITHIN FIVE (5) DAYS OF THE COUNTY’S ISSUANCE OF A NOTICE OF RECOMMEND AWARD.* Confirmed 4.12. LICENSES AND/OR CERTIFICATIONS* Refer to Solicitation documents for required licenses/certifications. 2023_BMP_CEU's.pdf 2024-2025_ABY_Comm_Land_License.pdf 2024-2025_ABY,_JR_Comm_Land_License.pdf 2024-2025_ABY_LTD_Comm_Fertilizer_App_Holder.pdf 2024-2026_Mando's_WC_Exemption_Certificate.pdf 2025_MOT_Armando_B._Yzaguirre.pdf 4.13. ALL SIGNED ADDENDA, IF APPLICABLE. 24-8287_Addendum_1_SIGNED.pdf 4.14. LICENSES AND/OR CERTIFICATIONS 2023_BMP_CEU's.pdf 2024-2025_ABY_Comm_Land_License.pdf 2024-2025_ABY,_JR_Comm_Land_License.pdf 2024-2025_ABY_LTD_Comm_Fertilizer_App_Holder.pdf 2024-2026_Mando's_WC_Exemption_Certificate.pdf 2025_MOT_Armando_B._Yzaguirre.pdf 4.15. ALL OTHER REQUIRED DOCUMENTATION, AS APPLICABLE. 24-8287_Insurance_Requirements_SIGNED.pdf 24-8287_Vendor_Check_LIst.pdf Page 3546 of 3773 [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8287 Immokalee Zocalo Plaza Landscape Maintenance [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT undefined - Immokalee Zocalo Plaza Landscape Maintenance Page 5 PRICE TABLES TOTAL BID AMOUNT Submit line-item pricing via Bid Schedule in Microsoft Excel format. Line Item Description Quantity Unit of Measure Unit Cost Total 1 TOTAL BID AMOUNT 1 EACH $41,294.00 $41,294.00 TOTAL $41,294.00 Page 3547 of 3773 Item Description UOM Qty*Unit Price Total 1 Mowing & Edging Weekly 40 50.00$ 2,000.00$ 2 Site Cleaning Weekly 52 50.00$ 2,600.00$ 3 Weeding Weekly 52 50.00$ 2,600.00$ 4 General Site Trimming Monthly 12 200.00$ 2,400.00$ 5 Debris/Trash Removal Weekly 52 100.00$ 5,200.00$ 6 Irrigation System Maintenance Weekly 52 100.00$ 5,200.00$ 20,000.00$ Item Description UOM Qty*Unit Price Total 7 Insecticides, Fungicides, and Herbicides Groundcover, Turf, Shrubs, Trees, Bed Areas. Foliar Application Monthly 12 100.00$ 1,200.00$ 8 Ant Abatement & Mound Removal Monthly 12 100.00$ 1,200.00$ 9 Rodent Control Monthly 12 100.00$ 1,200.00$ 3,600.00$ Item Description UOM Qty*Unit Price Total 10 8-0-12 (180 day release) Rainy Season 50 lb bag 2 100.00$ 200.00$ 11 8-2-12 (180 day release) Dry Season 50 lb bag 2 100.00$ 200.00$ 400.00$ Item Description UOM Qty*Unit Price Total 12 Landscape Supervisor Hourly 1 85.00$ 85.00$ 13 Landscape Laborer Hourly 1 65.00$ 65.00$ 14 Irrigation Supervisor Hourly 1 85.00$ 85.00$ 15 Irrigation Technician Hourly 1 65.00$ 65.00$ 16 Irrigation System Review Hourly 1 85.00$ 85.00$ 385.00$ Item Description UOM Qty*Unit Price Total 17 Landscape Supervisor Hourly 1 125.00$ 125.00$ 18 Landscape Laborer Hourly 1 85.00$ 85.00$ 210.00$ LABOR HOURS (Regular hours are from Monday through Friday from 6:00 a.m. to 6:00 p.m.) Note: Overtime (OT) rates apply to labor only. The hours are 6:01 p.m. to 5:59 a.m., County observed holidays, and weekends. OT hours will require written pre approval by the MSTU Project Manager or designee. The overtime rate is 1.5 times the unit price. Routine Maintenance Subtotal Ornamental & Turf Spraying / Pest Management Subtotal Labor Hours Subtotal Fertilization Subtotal ORNAMENTAL & TURF SPRAYING / PEST MANAGEMENT (includes labor, equipment, chemicals, and materials) INVITATION TO BID 24-8287 IMMOKALEE ZOCALO PLAZA LANDSCAPE MAINTENANCE ALL LINES MUST BE BID *Quantities are approximate for bidding purposes. NOTE: BID LINE ITEMS THAT ARE MATERIALLY UN-BALANCED MAY BE DEEMED NON-RESPONSIVE. WORKSITE: Zocalo Plaza on the NW corner of W. Main Street & N. 1st Street, 107 N. 1st Street, Immokalee, FL 34142 ROUTINE MAINTENANCE ADDITIONAL SERVICES FERTILIZATION: TURF, GROUNDCOVER, SHRUB, TREE, PALM (includes labor, equipment, fertilizer, and materials) Debris & Trash Removal - Weekends, County Holidays, or After Hours Subtotal DEBRIS & TRASH REMOVAL - WEEKENDS, COUNTY HOLIDAYS, OR AFTER-HOURS SERVICE HOURS: 6:01 PM - 5:59 AM (Includes labor, equipment, and disposal fees) Page 3548 of 3773 Item Description UOM Qty*Unit Price Total 19 Bucket / Lift Truck w/operator Hourly 1 150.00$ 150.00$ 20 Water Truck w/operator Hourly 1 150.00$ 150.00$ 21 Mini Excavator w/operator Hourly 1 250.00$ 250.00$ 22 Crane Truck w/operator Hourly 1 300.00$ 300.00$ 23 Skid Loader w/operator Hourly 1 300.00$ 300.00$ 1,150.00$ Item Description UOM Qty*Unit Price Total 24 Pine Straw Applications with Labor and Materials (topcoat) Bale 18 8.00$ 144.00$ 25 Pine Straw Applications with Labor and Materials (re-application) Bale 35 8.00$ 280.00$ 26 Crushed Shell Applications - Labor and Materials (topcoat) Cubic Yard 30 125.00$ 3,750.00$ 27 Crushed Shell Applications - Labor and Materials (reapplication) Cubic Yard 75 125.00$ 9,375.00$ 13,549.00$ Item Description UOM Qty*Unit Price Total 28 Pressure Cleaning Hourly 1 100.00$ 100.00$ 100.00$ Item Description UOM Qty*Unit Price Total 29 Staking Large Palms (Caliper greater than 6")Each 1 150.00$ 150.00$ 30 Staking Small Canopy Tree (2x2 posts and guy wire, 4"-6" caliper)Each 1 75.00$ 75.00$ 31 Staking Large Canopy Tree (2x4 posts, greater than 6" caliper)Each 1 150.00$ 150.00$ 32 Restanding and Staking Small Palm (4"-6" Caliper) Each 1 150.00$ 150.00$ 33 Restanding and Staking Large Palms (Caliper greater than 6")Each 1 250.00$ 250.00$ 34 Restanding and Staking Small Canopy Tree (2x2 posts and guy wire, 4"-6" caliper)Each 1 150.00$ 150.00$ 35 Restaking Large Canopy Tree (2x4 posts, greater than 6" caliper)Each 1 250.00$ 250.00$ 36 Root pruning, re-planting, re-standing and staking with 2x4 (Tree or Palm)Each 1 250.00$ 250.00$ 37 Root Pruning, re-planting, re-standing and staking with 4x4 (Tree or Palm)Each 1 300.00$ 300.00$ 38 Root Pruning, re-planting, re-standing and staking with lodge poles (Tree only)Each 1 175.00$ 175.00$ 1,900.00$ 41,294.00$ TOTAL BID Material Markup 10% MATERIAL APPLICATIONS (includes labor, materials, and equipment) TREE & PALM MAINTENANCE SERVICES (Includes labor, equipment, and materials) Material Applications Subtotal PRESSURE CLEANING (includes labor, materials, pressure cleaning chemicals, equipment, and water) EQUIPMENT WITH OPERATOR (Includes the delivery and return, equipment, operator, fuel, labor, and supplies) Pressure Cleaning Subtotal Equipment Markup 10% Subcontractor Markup 15% Tree & Palm Maintenance Services Subtotal Equipment with Operator Subtotal Page 3549 of 3773 Page 3550 of 3773 Page 3551 of 3773 Page 3552 of 3773 4396 OWENS WAY AVE MARIA, FL 34142 Current Principal Place of Business: Current Mailing Address: 4396 OWENS WAY AVE MARIA, FL 34142 US Entity Name: A&M PROPERTY MAINTENANCE LLC DOCUMENT# L08000046795 FEI Number: 26-2564413 Certificate of Status Desired: Name and Address of Current Registered Agent: YZAGUIRRE, SYLVIA B 4396 OWENS WAY AVE MARIA, FL 34142 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Authorized Person(s) Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Authorized Person(s) Detail Date FILED Feb 20, 2024 Secretary of State 2015595101CC SYLVIA BETANCOURT YZAGUIRRE MANAGER 02/20/2024 2024 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT No Title MANAGER, AUTHORIZED MEMBER Name YZAGUIRRE, SYLVIA BETANCOURT Address 4396 OWENS WAY City-State-Zip:AVE MARIA FL 34142 Title MANAGER, AUTHORIZED MEMBER Name YZAGUIRRE, ARMANDO BENITO Address 4396 OWENS WAY City-State-Zip:AVE MARIA FL 34142 Page 3553 of 3773 Page 3554 of 3773 Page 1 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR E-VERIFY EMPLOYER AGENTS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the E-Verify Employer Agent, the Employer, DHS, and the Social Security Administration (SSA). The Employer is not a party to this MOU; however, this MOU contains a section titled Responsibilities of the Employer. This section is provided to inform E-Verify Employer Agents acting on behalf of the Employer of the responsibilities and obligations their clients are required to meet. The Employer is bound by these responsibilities through signing a separate MOU during their enrollment as a client of the E-Verify Employer Agent. The E-Verify program requires an initial agreement between DHS and the E-Verify Employer Agent as part of the enrollment process. After agreeing to the MOU as set forth herein, completing the tutorial, and obtaining access to E-Verify as an E-Verify Employer Agent, the E-Verify Employer Agent will be given an opportunity to add a client once logged into E-Verify. All parties, including the Employer, will then be required to sign and submit a separate MOU to E-Verify. The responsibilities of the parties remain the same in each MOU. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF E-VERIFY EMPLOYER AGENT 1.The E-Verify Employer Agent agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the E-Verify Employer Agent representatives who will be accessing The parties to this agreement are the Department of Homeland Security (DHS) and A&M Property Maintenance, LLC (E-Verify Employer Agent). The purpose of this agreement is to set forth terms and conditions which the E-Verify Employer Agent will follow while participating in E-Verify. 1641454 Page 3555 of 3773 Page 2 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: information under E-Verify and shall update them as needed to keep them current. 2. The E-Verify Employer Agent agrees to become familiar with and comply with the E-Verify User Manual and provide a copy of the most current version of the E-Verify User Manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. The E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available and to provide a copy of the revised version to the Employer no later than 30 days after the manual becomes available. 3. The E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on the most recent E-Verify policy and procedures. 4. The E-Verify Employer Agent agrees that any E-Verify Employer Agent Representative who will perform employment verification cases will complete the E-Verify Tutorial before that individual initiates any cases. a. The E-Verify Employer Agent agrees that all E-Verify Employer Agent representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E-Verify, including any tutorials for Federal contractors, if any of the Employers represented by the E-Verify Employer Agent is a Federal contractor. b. Failure to complete a refresher tutorial will prevent the E-Verify Employer Agent and Employer from continued use of E-Verify. 5. The E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need E-Verify access. The E-Verify Employer Agent must promptly terminate an employee’s E-Verify access if the employee is separated from the company or no longer needs access to E-Verify. 6. The E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as required by the E-Verify rules and regulations as modified from time to time. 7. The E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and policies, commit sufficient personnel and resources to meet the requirements of this MOU. 8. The E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes, policies, and procedures. The E-Verify Employer Agent also agrees to provide its clients with ongoing E-Verify training as needed. E-Verify is not responsible for providing training to clients of E-Verify Employer Agents. 9. The E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.1 below. 10. The E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in accordance with the E-Verify Manual, the E-Verify Web-Based Tutorial and all other published E-Verify rules and procedures. The E-Verify Employer Agent will create E-Verify cases using information provided by the Employer and will immediately communicate the response back to the Employer. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the E-Verify Employer Agent’s attempting, in good faith, to 1641454 Page 3556 of 3773 Page 3 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: make inquiries on behalf of the Employer during the period of unavailability. 11.When the E-Verify Employer Agent receives notice from a client company that it has received a contract with the FAR clause, then the E-Verify Employer Agent must update the company’s E-Verify profile within 30 days of the contract award date. 12. If data is transmitted between the E-Verify Employer Agent and its client, then the E-Verify Employer Agent agrees to protect personally identifiable information during transmission to and from the E-Verify Employer Agent. 13. The E-Verify Employer Agent agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 14. The E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9, employment records, and all records pertaining to the E-Verify Employer Agent’s use of E-Verify, and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. 15. The E-Verify Employer Agent shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The E-Verify Employer Agent shall not describe its services as federally-approved, federally-certified, or federally- recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify Employer Agent services and any claim to that effect is false. 16. The E-Verify Employer Agent shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 17. The E-Verify Employer Agent agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the E-Verify Employer Agent’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 18. The E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the E-Verify Employer Agent may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF THE EMPLOYER The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities. It is the E-Verify 1641454 Page 3557 of 3773 Page 4 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3. The Employer shall become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Verify User Manual from the E-Verify Employer Agent. 4. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 1-888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 5. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 6. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 4 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, 1641454 Page 3558 of 3773 Page 5 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 7. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 8. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 9. The Employer must use E-Verify (through its E-Verify Employer Agent) for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 10. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B below) to contact DHS with information necessary to resolve the challenge. 11. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo 1641454 Page 3559 of 3773 Page 6 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 12. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 13. The Employer agrees that it will use the information it receives from E-Verify (through its E-Verify Employer Agent) only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 15. The Employer acknowledges that the information it receives through the E-Verify Employer Agent from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 1641454 Page 3560 of 3773 Page 7 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: 16. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify (whether directly or through their E-Verify Employer Agent), which includes permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 17. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 18. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 19. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 20. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. C. RESPONSIBILITIES OF FEDERAL CONTRACTORS The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities if the Employer is a federal contractor or becomes a Federal contractor. The E-Verify Employer Agent should instruct the client to keep the E-Verify Employer Agent informed about any changes or updates related to federal contracts. It is the E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of 1641454 Page 3561 of 3773 Page 8 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.B.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, 1641454 Page 3562 of 3773 Page 9 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of the Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. D. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer (through the E-Verify Employer Agent) against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent) through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the E-Verify Employer Agent. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the E-Verify Employer Agent. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. 1641454 Page 3563 of 3773 Page 10 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: E. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU a. Automated verification checks on alien employees by electronic means, and b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the E-Verify Employer Agent with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train E-Verify Employer Agents on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require E-Verify Employer Agents to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer (through the E-Verify Employer Agent) a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the E-Verify Employer Agent’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. 1641454 Page 3564 of 3773 Page 11 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities. It is the E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer (through the E-Verify Employer Agent) within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action 1641454 Page 3565 of 3773 Page 12 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer (though the E-Verify Employer Agent) within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer or the E-Verify Employer Agent for verification services performed under this MOU. The E-Verify Employer Agent is responsible for providing equipment needed to make inquiries. To access E-Verify, an E-Verify Employer Agent will need a personal computer with Internet access. 1641454 Page 3566 of 3773 Page 13 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. B. TERMINATION 1. The E-Verify Employer Agent may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. In addition, any Employer represented by the E-Verify Employer Agent may voluntarily terminate its MOU upon giving DHS 30 days’ written notice. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the E-Verify Employer Agent’s participation in E-Verify, with or without notice, at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the E-Verify Employer Agent or the Employer, or a failure on the part of either party to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An E-Verify Employer Agent for an Employer that is a Federal contractor may terminate this MOU for that Employer when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the E-Verify Employer Agent must provide written notice to DHS. If the E-Verify Employer Agent fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The E-Verify Employer Agent agrees that E-Verify is not liable for any losses, financial or otherwise, if the E-Verify Employer Agent or the Employer is terminated from E-Verify. 1641454 Page 3567 of 3773 Page 14 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the E-Verify Employer Agent, its agents, officers, or employees. C. The E-Verify Employer Agent may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The E-Verify Employer Agent understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the E-Verify Employer Agent and DHS respectively. The E-Verify Employer Agent understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer or the E-Verify Employer Agent, as the case may be, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the E-Verify Employer Agent. If you have any questions, contact E-Verify at 1-888-464-4218. 1641454 Page 3568 of 3773 Page 15 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Approved by: E-Verify Employer Agent Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 1641454 A&M Property Maintenance, LLC Sylvia Yzaguirre Electronically Signed 02/11/2021 Electronically Signed Page 3569 of 3773 Page 16 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 1641454 A&M Property Maintenance, LLC 4396 Owens Way Ave Maria, FL 34142 COLLIER 262564413 811 10 to 19 1 Page 3570 of 3773 Page 17 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 1641454 FLORIDA 1 site(s) Page 3571 of 3773 Page 18 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 1641454 Name Sylvia B Yzaguirre Phone Number (239) 503 - 1897 Fax Number Email Address Sylvia.yzaguirre@aandmproperty.com Page 3572 of 3773 Page 19 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: 1641454 Page intentionally left blank Page 3573 of 3773 Page 3574 of 3773 Page 3575 of 3773 COLLIER COUNTY BUSINESS TAXCOLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 BUSINESS TAX NUMBER: LOCATION: LEGAL FORM DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. CLASSIFICATION: CLASSIFICATION CODE:DATE AMOUNTRECEIPTThis document is a business tax only. This is not certification that licensee is qualified. It does not permit the licensee to violate any existing regulatory zoning laws of the state, county, or cities nor does it exempt the licensee from any other taxes or permits that may be required by law. VISIT OUR WEBSITE AT: www.colliertaxcollector.com THIS RECEIPT EXPIRES ZONED:BUSINESS PHONE: -THIS TAX IS NON-REFUNDABLE- STATE OR COUNTY LIC #:A & M PROPERTY MAINTENANCE, LLC IRRIGATION / SPRINKLER CONTRACTOR 18.00 1-10 EMPLOYEES SEPTEMBER 30, 2025 HOME OCCUPATION YZAGUIRRE, ARMANDO 4396 OWENS WAY AVE MARIA, FL 34142 140741 239-503-0303 LLC WWW-25-00042297 C33963 02105301 07/03/2024 4396 OWENS WAY Page 3576 of 3773 Page 3577 of 3773 Page 3578 of 3773 Page 3579 of 3773 Page 3580 of 3773 06/10/2024 Page 3581 of 3773 Page 3582 of 3773 Page 3583 of 3773 Page 3584 of 3773 Page 3585 of 3773 Page 3586 of 3773 EFFECTIVE DATE: PERSON: BUSINESS NAME AND ADDRESS: ARMANDO B YZAGUIRRE A&M PROPERTY MAINTENANCE LLC 4396 OWENS WAY IMMOKALEE, FL 34142 FEIN: JIMMY PATRONIS CHIEF FINANCIAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION * * CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW * * IMPORTANT: Pursuant to subsection 440.05(13), F.S., an officer of a corporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter. Pursuant to subsection 440.05(11), F.S., Certificates of election to be exempt issued under subsection (3) apply only to the corporate officer named on the notice of election to be exempt. Pursuant to subsection 440.05(12), F.S., notices of election to be exempt and certificates of election to be exempt shall be subject to revocation if, at any time after the filing of the notice or the issuance of the certificate, the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate. The department shall revoke a certificate at any time for failure of the person named on the certificate to meet the requirements of this section. DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT RULE 69L-6.012, F.A.C. REVISED 01/2023 QUESTIONS? (850) 413-1609E01976510 NON-CONSTRUCTION INDUSTRY EXEMPTION 8/8/2024 EXPIRATION DATE:8/8/2026 262564413 EMAIL:SYLVIA.YZAGUIRRE@AANDMPROPERTY.COM This certificate of election to be exempt is NOT a license issued by the Department of Business and Professional Regulation. To determine if the certificate holder is required to have a license to perform work or to verify the license of the certificate holder, go to www.myfloridalicense.com. This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law. Page 3587 of 3773 Page 3588 of 3773 Addendum #1 Date: August 27, 2024 From: Sarah Hamilton, Assistant Division Director To: Interested Bidders Subject: Addendum #1, ITB 24-8287 Immokalee Zocalo Plaza Landscape Maintenance The following changes are made to the above-mentioned Collier County solicitation: Please see the following additional documents: 1. First Street Zocalo Planting Plans; 2. Florikan Manufacturer Labels for 8-0-12 Custom Palm Blend and 8-2-12 Palm Blend; 3. Insurance and Bonding Requirements; and 4. Current PO and annual estimate for Zocalo Plaza landscape and irrigation maintenance services. If you require additional information, please post a question on our OpenGov bidding platform (https://procurement.opengov.com/portal/collier-county-fl) under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Sarah.Hamilton@colliercountyfl.gov Telephone: (239) 252-8987 09/16/2024 A&M PROPERTY MAINTENANCE, LLC Page 3589 of 3773 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_1,000,000___ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000____single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000__ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Page 3590 of 3773 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. GG – 8/19/24 ___________________________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. A&M accepts and understans the insurance requirements of these specifications and that evidence of insurability will be provided within five (5) days of the award of this solicitation. Page 3591 of 3773 Page 3592 of 3773 Project Manager: Yvonne Blair Procurement Strategist: Sarah Hamilton INVITATION TO BID NO. 24-8287 IMMOKALEE ZOCALO PLAZA LANDSCAPE MAINTENANCE Notifications Sent: 2,157 Bid Packages Viewed: 716 Bids Received: 4 Item Description UOM Qty*Unit Price Total Unit Price Total Unit Price Total Unit Price Total 1 Mowing & Edging Weekly 40 50.00$ 2,000.00$ 269.87$ 10,794.80$ 90.00$ 3,600.00$ -$ -$ 2 Site Cleaning Weekly 52 50.00$ 2,600.00$ 118.64$ 6,169.28$ 125.00$ 6,500.00$ -$ -$ 3 Weeding Weekly 52 50.00$ 2,600.00$ 131.69$ 6,847.88$ 110.00$ 5,720.00$ -$ -$ 4 General Site Trimming Monthly 12 200.00$ 2,400.00$ 474.53$ 5,694.36$ 125.00$ 1,500.00$ -$ -$ 5 Debris/Trash Removal Weekly 52 100.00$ 5,200.00$ 118.64$ 6,169.28$ 125.00$ 6,500.00$ -$ -$ 6 Irrigation System Maintenance Weekly 52 100.00$ 5,200.00$ 89.19$ 4,637.88$ 95.00$ 4,940.00$ -$ -$ 20,000.00$ 40,313.48$ 28,760.00$ -$ Item Description UOM Qty*Unit Price Total Unit Price Total Unit Price Total Unit Price Total 7 Insecticides, Fungicides, and Herbicides Groundcover, Turf, Shrubs, Trees, Bed Areas. Foliar Application Monthly 12 100.00$ 1,200.00$ 131.35$ 1,576.20$ 145.00$ 1,740.00$ -$ -$ 8 Ant Abatement & Mound Removal Monthly 12 100.00$ 1,200.00$ 64.69$ 776.28$ 50.00$ 600.00$ -$ -$ 9 Rodent Control Monthly 12 100.00$ 1,200.00$ 85.52$ 1,026.24$ 50.00$ 600.00$ -$ -$ 3,600.00$ 3,378.72$ 2,940.00$ -$ Item Description UOM Qty*Unit Price Total Unit Price Total Unit Price Total Unit Price Total 10 8-0-12 (180 day release) Rainy Season 50 lb bag 2 100.00$ 200.00$ 85.00$ 170.00$ 125.00$ 250.00$ -$ -$ 11 8-2-12 (180 day release) Dry Season 50 lb bag 2 100.00$ 200.00$ 85.00$ 170.00$ 75.00$ 150.00$ -$ -$ 400.00$ 340.00$ 400.00$ -$ Item Description UOM Qty*Unit Price Total Unit Price Total Unit Price Total Unit Price Total 12 Landscape Supervisor Hourly 1 85.00$ 85.00$ 85.00$ 85.00$ 80.00$ 80.00$ -$ -$ 13 Landscape Laborer Hourly 1 65.00$ 65.00$ 60.00$ 60.00$ 65.00$ 65.00$ -$ -$ WORKSITE: Zocalo Plaza on the NW corner of W. Main Street & N. 1st Street, 107 N. 1st Street, Immokalee, FL 34142 BID TABULATION Superior Landscaping & Lawn Service Inc. Native Limitless Landscaping LLC (NON-RESPONSIVE) A&M Property Maintenance LLC ADDITIONAL SERVICES LABOR HOURS (Regular hours are from Monday through Friday from 6:00 a.m. to 6:00 p.m.) Note: Overtime (OT) rates apply to labor only. The hours are 6:01 p.m. to 5:59 a.m., County observed holidays, and weekends. OT hours will require written pre approval by the MSTU Project Manager or designee. The overtime rate is 1.5 times the unit price. ALL LINES MUST BE BID *Quantities are approximate for bidding purposes. NOTE: BID LINE ITEMS THAT ARE MATERIALLY UN-BALANCED MAY BE DEEMED NON-RESPONSIVE. ROUTINE MAINTENANCE FERTILIZATION: TURF, GROUNDCOVER, SHRUB, TREE, PALM (includes labor, equipment, fertilizer, and materials) Routine Maintenance Subtotal Ornamental & Turf Spraying / Pest Management Subtotal Fertilization Subtotal ORNAMENTAL & TURF SPRAYING / PEST MANAGEMENT (includes labor, equipment, chemicals, and materials) Florida Boys Site Development, Inc. (NON-RESPONSIVE) Page 3593 of 3773 Project Manager: Yvonne Blair Procurement Strategist: Sarah Hamilton INVITATION TO BID NO. 24-8287 IMMOKALEE ZOCALO PLAZA LANDSCAPE MAINTENANCE Notifications Sent: 2,157 Bid Packages Viewed: 716 Bids Received: 4 14 Irrigation Supervisor Hourly 1 85.00$ 85.00$ 95.00$ 95.00$ 80.00$ 80.00$ -$ -$ 15 Irrigation Technician Hourly 1 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ -$ -$ 16 Irrigation System Review Hourly 1 85.00$ 85.00$ 125.00$ 125.00$ 65.00$ 65.00$ -$ -$ 385.00$ 430.00$ 355.00$ -$ Item Description UOM Qty*Unit Price Total Unit Price Total Unit Price Total Unit Price Total 17 Landscape Supervisor Hourly 1 125.00$ 125.00$ 120.00$ 120.00$ 75.00$ 75.00$ -$ -$ 18 Landscape Laborer Hourly 1 85.00$ 85.00$ 90.00$ 90.00$ 65.00$ 65.00$ -$ -$ 210.00$ 210.00$ 140.00$ -$ Item Description UOM Qty*Unit Price Total Unit Price Total Unit Price Total Unit Price Total 19 Bucket / Lift Truck w/operator Hourly 1 150.00$ 150.00$ 300.00$ 300.00$ 125.00$ 125.00$ -$ -$ 20 Water Truck w/operator Hourly 1 150.00$ 150.00$ 300.00$ 300.00$ 125.00$ 125.00$ -$ -$ 21 Mini Excavator w/operator Hourly 1 250.00$ 250.00$ 175.00$ 175.00$ 125.00$ 125.00$ -$ -$ 22 Crane Truck w/operator Hourly 1 300.00$ 300.00$ 700.00$ 700.00$ 200.00$ 200.00$ -$ -$ 23 Skid Loader w/operator Hourly 1 300.00$ 300.00$ 175.00$ 175.00$ 125.00$ 125.00$ -$ -$ 1,150.00$ 1,650.00$ 700.00$ -$ Item Description UOM Qty*Unit Price Total Unit Price Total Unit Price Total Unit Price Total 24 Pine Straw Applications with Labor and Materials (topcoat) Bale 18 8.00$ 144.00$ 25.00$ 450.00$ 20.00$ 360.00$ -$ -$ 25 Pine Straw Applications with Labor and Materials (re-application) Bale 35 8.00$ 280.00$ 35.00$ 1,225.00$ 20.00$ 700.00$ -$ -$ 26 Crushed Shell Applications - Labor and Materials (topcoat) Cubic Yard 30 125.00$ 3,750.00$ 75.00$ 2,250.00$ 50.00$ 1,500.00$ -$ -$ 27 Crushed Shell Applications - Labor and Materials (reapplication) Cubic Yard 75 125.00$ 9,375.00$ 95.00$ 7,125.00$ 50.00$ 3,750.00$ -$ -$ 13,549.00$ 11,050.00$ 6,310.00$ -$ Item Description UOM Qty*Unit Price Total Unit Price Total Unit Price Total Unit Price Total 28 Pressure Cleaning Hourly 1 100.00$ 100.00$ 4,500.00$ 4,500.00$ 45.00$ 45.00$ -$ -$ 100.00$ 4,500.00$ 45.00$ -$ Item Description UOM Qty*Unit Price Total Unit Price Total Unit Price Total Unit Price Total 29 Staking Large Palms (Caliper greater than 6")Each 1 150.00$ 150.00$ 190.00$ 190.00$ 115.00$ 115.00$ -$ -$ 30 Staking Small Canopy Tree (2x2 posts and guy wire, 4"-6" caliper)Each 1 75.00$ 75.00$ 170.00$ 170.00$ 95.00$ 95.00$ -$ -$ 31 Staking Large Canopy Tree (2x4 posts, greater than 6" caliper)Each 1 150.00$ 150.00$ 190.00$ 190.00$ 115.00$ 115.00$ -$ -$ 32 Restanding and Staking Small Palm (4"-6" Caliper) Each 1 150.00$ 150.00$ 170.00$ 170.00$ 75.00$ 75.00$ -$ -$ 33 Restanding and Staking Large Palms (Caliper greater than 6")Each 1 250.00$ 250.00$ 190.00$ 190.00$ 115.00$ 115.00$ -$ -$ PRESSURE CLEANING (includes labor, materials, pressure cleaning chemicals, equipment, and water) TREE & PALM MAINTENANCE SERVICES (Includes labor, equipment, and materials) DEBRIS & TRASH REMOVAL - WEEKENDS, COUNTY HOLIDAYS, OR AFTER-HOURS SERVICE HOURS: 6:01 PM - 5:59 AM (Includes labor, equipment, and disposal fees) EQUIPMENT WITH OPERATOR (Includes the delivery and return, equipment, operator, fuel, labor, and supplies) MATERIAL APPLICATIONS (includes labor, materials, and equipment) Equipment with Operator Subtotal Debris & Trash Removal - Weekends, County Holidays, or After Hours Subtotal Labor Hours Subtotal Material Applications Subtotal Pressure Cleaning Subtotal Page 3594 of 3773 Project Manager: Yvonne Blair Procurement Strategist: Sarah Hamilton INVITATION TO BID NO. 24-8287 IMMOKALEE ZOCALO PLAZA LANDSCAPE MAINTENANCE Notifications Sent: 2,157 Bid Packages Viewed: 716 Bids Received: 4 34 Restanding and Staking Small Canopy Tree (2x2 posts and guy wire, 4"-6" caliper)Each 1 150.00$ 150.00$ 170.00$ 170.00$ 95.00$ 95.00$ -$ -$ 35 Restaking Large Canopy Tree (2x4 posts, greater than 6" caliper)Each 1 250.00$ 250.00$ 190.00$ 190.00$ 115.00$ 115.00$ -$ -$ 36 Root pruning, re-planting, re-standing and staking with 2x4 (Tree or Palm)Each 1 250.00$ 250.00$ 250.00$ 250.00$ 85.00$ 85.00$ -$ -$ 37 Root Pruning, re-planting, re-standing and staking with 4x4 (Tree or Palm)Each 1 300.00$ 300.00$ 300.00$ 300.00$ 95.00$ 95.00$ -$ -$ 38 Root Pruning, re-planting, re-standing and staking with lodge poles (Tree only)Each 1 175.00$ 175.00$ 190.00$ 190.00$ 115.00$ 115.00$ -$ -$ 1,900.00$ 2,010.00$ 1,020.00$ -$ 41,294.00$ 63,882.20$ 40,670.00$ 26,000.00$ Form 5: Reference Questionnaire Forms *Minor Irregularity Yes Yes No No Yes Yes No No No Yes No No YES/NO No No No No YES/NO Yes Yes Yes Yes Yes Yes* No Yes* REQUIRED FORMS Bid Schedule Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Affidavit Form 3: Immigration Affidavit Certification Yes Yes* Yes Yes Yes Superior Landscaping & Lawn Service Inc. Native Limitless Landscaping LLC YES/NO Yes Yes Yes Yes Yes Yes Opened on: September 16, 2024 at 3:00 PM EST Opened By: Sarah Hamilton Witnessed By: Leeann Charles Addenda Licenses YES/NO Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes* Form 4: Certification for Claiming Status as a Local Business Local Business Tax Receipt Sunbiz or Proof of Status from Division of Corporations - FL Dept of State E-Verify MOU or Profile Page Vendor W-9 Form Yes No Subcontractor Markup 15% Tree & Palm Maintenance Services Subtotal TOTAL BID Material Markup 10% Equipment Markup 10% Florida Boys Site Development, Inc. A&M Property Maintenance LLC Page 3595 of 3773 Notice of Recommended Award Solicitation: 24-8287 Title: Immokalee Zocalo Plaza Landscape Maintenance Due Date and Time: September 16, 2024, at 3:00 PM EST Respondents: Company Name City County State Bid Amount Responsive/Responsible A&M Property Maintenance LLC Ave Maria Collier FL $41,294.00 Yes/Yes Superior Landscaping & Lawn Service Inc. Fort Myers Lee FL $63,882.20 Yes/Yes Florida Boys Site Development, Inc. Labelle Hendry FL $40,670.00 No/Yes Native Limitless Landscaping LLC Labelle Hendry FL $26,000.00 No/Yes Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On August 16, 2024, the Procurement Services Division released Invitation to Bid (“ITB”) No. 24-8287, “Immokalee Zocalo Plaza Landscape Maintenance”, to two thousand one hundred fifty-seven (2,157) vendors. Seven hundred and sixteen (716) bid packages were viewed and four (4) bids were received by the September 16, 2024, submission deadline. Staff reviewed the bids received. Two (2) bidders were found to be responsive and responsible with minor irregularities, as shown above. Florida Boys Site Development, Inc. was deemed non-responsive due to not providing the required licenses and Native Limitless was deemed non-responsive for failing to provide a completed bid schedule with line item pricing as required. Award has been established based on lowest total bid to a Primary vendor. The County has elected not to award to a Secondary vendor, as determined to be in the best interest of the County. The County recommends award to A&M Property Maintenance, LLC, the lowest responsive and responsible bidder. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: ________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 3783246A-37F6-40F1-903D-3BE0E10E6C35 11/21/2024 11/21/2024 11/21/2024 Page 3596 of 3773 Page 3597 of 3773 Page 3598 of 3773 Page 3599 of 3773 Page 3600 of 3773 Page 3601 of 3773 Page 3602 of 3773 Page 3603 of 3773 Page 3604 of 3773 Page 3605 of 3773 Page 3606 of 3773 Page 3607 of 3773 Page 3608 of 3773 Page 3609 of 3773 Page 3610 of 3773 Page 3611 of 3773 Page 3612 of 3773 Page 3613 of 3773 Page 3614 of 3773 Page 3615 of 3773 Page 3616 of 3773 Page 3617 of 3773 Page 3618 of 3773 Page 3619 of 3773 Page 3620 of 3773 Page 3621 of 3773 Page 3622 of 3773 Page 3623 of 3773 Page 3624 of 3773 Page 3625 of 3773 Page 3626 of 3773 Page 3627 of 3773 Page 3628 of 3773 Page 3629 of 3773 Page 3630 of 3773 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY FL - Florida certs@vensure.com (800) 409-8958 A 01/01/2026 1,000,000 1,000,000 SUNZ Insurance Solutions, LLC ID : (Vensure HR) c/o Vensure HR Inc 1475 S. Price Road, Chandler, AZ 85286 01/01/2025 Colleen DeWitt 1,000,000 12/24/2024 10158674 Coverage provided for all leased employees but not subcontractors of: A & M Property Maintenance LLC. Client Effective: 01/01/2024. Waiver of Subrogation in favor of certificate holder, as per written contract, while work is performed at or in: FL - Florida. Collier County Board of County Commissioners 3295 Tamiami Trail E Naples FL 34112 SUNZ Insurance Company N 34762 Rick Leonard Vensure HR, Inc. L/C/F A & M Property Maintenance LLC 1475 S. Price Road Chandler AZ 85286 WC071-00001-025 10158674 | VensureHRInc MASTER (FL) WC07100001025 | Maura Ramil | 12/24/2024 10:35:25 AM PST | Page 1 of 2 Page 3631 of 3773 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) Policy No.:Endorsement No.: Premium: WC 00 03 13 (Ed. 4-84) 1983 National Council on Compensation Insurance. Countersigned by Date Issued: WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule In Favor of: Client/Project: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: Insured: Insurance Company: Collier County Board of County Commissioners 3295 Tamiami Trail E Naples FL 34112 Coverage provided for all leased employees but not subcontractors of: A & M Property Maintenance LLC. Client Effective: 01/01/2024. Waiver of Subrogation in favor of certificate holder, as per written contract, while work is performed at or in: FL - Florida. 01/01/2025 WC071-00001-025 10158674 Vensure HR, Inc. L/C/F A & M Property Maintenance LLC SUNZ Insurance Company 12/24/2024 10158674 | VensureHRInc MASTER (FL) WC07100001025 | Maura Ramil | 12/24/2024 10:35:25 AM PST | Page 2 of 2 Page 3632 of 3773 Page 3633 of 3773