Loading...
Backup Documents 03/25/2025 Item #16B 1c (Superb Landscape Services, Inc.) ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE 1 b 81 Y, Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management 2. County Attorney Office County Attorney Office 4. BCC Office Board of County Commissioners 55 1 ,/AAP y ZIZ J 4. Minutes and Records Clerk of Courts Office p y'?S ei S3 i 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Osmanis Nieves Borjas-Procurement Contact Information 239-252-2220 Contact/Department Agenda Date Item was March 25, 2025 Agenda Item Number AGENDA# 16.B.1c Approved by the BCC Type of Document Agreement Number of Original 1 Attached Documents Attached PO number or account N/A 24-8316 Superb Landscape number if document is Superb Services Inc to be recorded Landscape Services Inc INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be ONB signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the ONB document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's ONB signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on March 25, 2025,and all changes N/A is not made during the meeting have been incorporated in the attached document. The (jn an option for County Attorney's Office has reviewed the changes,if applicable. this line. 9. Initials of attorney verifying that the attached document is the version approved by the L N/A is not BCC,all changes directed by the BCC have been made,and the document is ready for the (✓' w) an option for Chairman's signature. this line. 1681 FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT #24-8316 for Landscape Maintenance for Work Areas 18B, 20B, 21 B, 23, 27 THIS AGREEMENT, made and entered into on this day of IHGACk 20�5 by and between Superb Landscape Services, Inc. authorized to do business in the State of Florida, whose business address is 3980 Exchange Ave., Naples, FL. 34104 _, (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing (ii upon the date of Board approval; or ❑ on and terminating on three ( 3 ) year(s)from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a • Purchase Order ❑ Notice tc ••P occcd 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ ,Request- for Proposal- (RFP) 0 Invitation to Bid (ITB) ❑ Other ( ) # 24-8316 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑■ The Contractor shall also provide services in accordance with Exhibit A— Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CM) 1681 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 ❑■ The procedure for obtaining Work under this Agreement is outlined in Exhibit A— Scope of Services attached hereto. 3.3 _ Thc procedure for"obtaining'Work under this Agreement'is outlir ed-1n ❑ Other Exhibit/Attachment:i '' 3.4❑ The„County,.tesebrves the right to specify-in each Request-for'' +cuotaattons hre-pe ie of-completion; c 'llection-of liquidated-damages-in-th event--of--4a-to.,.cornpletion and,,,the Priii'ce,..Methodology'selected'it n'4.1. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): ▪ Luny Sum.(Fixed Price):,_..�/1 firm fixed total price-offering,,for..,.a-project the-risks kss.,.. re -c.�..w Sum transferred-from the County to the contractor; and, as a-business-practice there'are-no hourly- or -material invoices -presented,' rather, the contractor-must .perform to --the satisfaction-of the County': project manager before payment for the-fixed price contract is authorized. ❑■ Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work(number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. n Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2of17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] Cl,.l , 16 $ 1 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. 4 5 (chock•.,.' applicable)•,,,, v•l.._-.aryl__Reimbursable-Expenses: T_av,,el,,,,,,,,a,nd -r.� if-... ' � Travel a..la.. Travel Reimbursable Expenses -mus be--appreved-in advance in writing by-the County--Travel expenses shall-be reimbursedas-per-Section 1,12—.061-Fl . Stets Reimbursements at the following-rates: Mileage $0.44.5 per mile 7 l > Breakfast $6.00 Lunch $1-1.00 Dinner $19.00 Airfare Actual--ticket cost limitedto ,tourist-or—coach class--fare Rental car Actual- rental--cost—limited -to_ compact---or standard--size vehicles Lodging Actual cost of lodging at singleoccupancy rate with-a cap of no more than-$150.00-por-night Parking Actual cost of parking Taxi or Airport Limousine Actual-'cost.-of either taxi or--airport-limousine Reimbursable items-other-than-travel expens s shall be limited-to-the following..-tVl bhonV long-distance charges,-.fox_charges,--photocopying...charges,.and postage....,,.,Reimbursable items--will.-ham-paid. only after'Contractor-has._.provided-all"receipts:.-- Contractor shall be responsible.--for',all,,,,other._costs--and....expenses-associated solicitations undertaken-pursuant•too'this-Agreement ' 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. Page 3 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CPO 1681 4 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Superb Landscape Services, Inc. Address: 3980 Exchange Ave. Naples, FL. 34104 Authorized Agent: Roberto Kindelan Jr. Attention Name & Title: Telephone: 239-643-6205 E-Mail(s): RKindelan@commlandmaint.net All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Marshal Miller Division Name: Road, Bridge, and Stormwater Maintenance Division Address: 4800 Davis Boulevard Naples, Florida 34104 Administrative Agent/PM: Pamela Lulich Telephone: 239-252-6291 E-Mail(s): Pamela.Lulich@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 16B1 A 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin or any other class protected by federal or Florida law. 12. INSURANCE. The Contractor shall provide insurance as follows: A. I• Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. ❑ Business Auto Liability: Coverage shall have minimum limits of$ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. n Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$ 1,000,000 for each accident. Page 5 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CX° 1681 D. ❑ Professiona1, ..�...hril9tae,.•,,,.,...Shal,l..,..be..m_aintained.by,,,.thra__Contrao'tor to....ensure y. Shall ua. maintained rani iaa,r i ra..v v a. vv�iai � ra:Y r liability for claims-arising-out__.of-the performance-of professional-sery ces-under-th'is Agreement.._..Contractor-waives its-right of recovery against,County...as,,,.to-any,,,claims..under thisinsurance: Such insurance shall--have limits-of-net-less than $ each claim and aggregate. E. ❑Cyber L a i-ty: Co1verage-uhall have"minimum limits of y a w -or'el'a1'm • shall have-minimum limits of"-$- -peF-eIlai'rn�' G. ❑ : 7rove ge shall have minimum'limits..of$ m --per claim H. 0 • Coverage shall have miniml m-li its-of$_ _....-per-claim. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Page 6 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 1681 Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Road, Bridge, and Stormwater Maintenance Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑■ Exhibit A Scope of Services, Exhibit B Fee Schedule, n RFP/ • ITB/❑ Othcr .._._ . ..._. _.� ._ .__. _...... #24-8316 , including Exhibits, Attachments and Addenda/Addendum, E subsequent quotes, and ❑ Othcr-Exhibit/Atochment:......... _..._.._. _ _.._...... 17. APPLICABILITY. Sections corresponding to any checked box ( ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, Page 7 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] ciao 16 81 including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended, as well as the requirements set forth in Florida Statutes, §448.095; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communications, Government and Public Affairs Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequest(r colliercountvfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Page 8 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] Gpo 1681 ra Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21___OFF-EP EXTENDED TO OTHER—GOVERNMENTAL ENTITrEv.._.Collier _County encouragos.,.,arnd agrees to-the successful Contractor-extending-the pricing;..,terms,.and conditions-•'of-this"solicitation'or resultant,A,gr corn nt•to other governmental entities'at"the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c)failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County,whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark- up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or a Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 23. n CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project Page 9 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] �,p,U 16 $ 1 site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. ■❑ WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. ❑ TESTS-AND..,..,,INSPECTIONS. If the Contract Documents..,-or,,,,.any...,.cedeo;la,`s; ordinances, rule: or-regulations-of any-publ,oauthority having-jurisdiction-over-the-Project requires„any.., portion of,...,.the-._.Work--to--be,,.-spo ifica.lly.....inspected,.,,,,..tested-or-approved; Contractor-shall assume-full respons bil,ty--tthorcforc,-pay all-costs in connection-therewith and furnish'to the County the required certificates of inspection, testing or-approval -iAli inspection-s,,,tests or-approvals shall...bL. .,.performed ,in--a-ma.nner""�i�i'.nd by organizations acceptable to the County. 27. ■❑ PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary Page 10 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CN° 1681 to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. Page 11 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] 1681 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. KEY—PERSONNEL. The Contractor's-personnel and monogemen t®'utilized f r this,".project-sh ea;'r-of"expertise":—Th�r1., /� ""i"yt/C nt. '"'rGJierves—ti YC. rift--to-performstigetions- -cleomod necessary-toensu pert persons-willto-utilize ' reemeat--The-Contraete adt-assign many-peepfe- y-to-eo 'lete4he-s ieeS -a-time kaasis;a s -person assigne -shalt-bo-a ila ile for an-amea"n-t-of-timeat-te-r tµtha-required--serviee dates. The Contrec-ter-shalt-r mtc#range- Perss el-s lens-the—fellewi g-oenditiens—re t: (1) Proposelifieation's andloF-e hnce': dvance--as-pess"rrible: ify-Collier-sty-with seven-(-7-)-day.--ef the-ehange-.-The-£oa"nty-retains-heal-approval-ef-proposed replacement persennol: ■ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. • ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation, the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. 111 ORDER-OF..P P r' r1 N ..(Grant Funded), -conflic-befween--or among-the-terms-of any of the Contract- ' °or appr'oved Executive-Sum nary;t'he'tcrrns of the-Agreement--smell-take enee ever the terms-of al! r-Gor tcaet-Doeuments, except-the-terms of-any SupplemeMal-Gendi'tieneshel14ake proeede*ee oo.er lie=Agreomcnt. To-the-extent-any-conflict in the terms-of-the--Contr-aot Ooeuments-ean' esolvcd by applieetien-ef-ihe—Suppicmcntal.Conditions;'""Hf-anyror the—Agreement, the-eenfiict shall-1be "; lved--fey--impo ing the--mare strict'-or €ss-tly obligation-under 's-discre'tia'rh 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its Page 12 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 1681 assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS[a,colliercountyfl.gov) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 38. • SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision Page 13 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] 1681 shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K>c kjnzel, Clerk of the Circuit COLLIER COUNTY, FLORIDA Court and togi troller 44€0,00.— B •La` t tt � ,' B ;/C Burt L. Saunders , Chairman Dated: 4 0 7 2-025 ans (SEAL) Attesstgnatuce on y Contractor's Witnesses: Superb Landscape Services, Inc. Contractor DBA Contractor's First Witness T.gure u lit tJ Pi-e• ()P/it'erl&did(fi t TType/print signature a d titleT Type/print witness name Contr c or's Second Witness C TType/print witness name A•• :+ed as to ;,bra d Leg ity: • Al / 11.5,Coup4 Attorney P nt Name Page 14 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] 46\1 1681 k Exhibit A Scope of Services ❑■ following this page (pages 1 through 10 ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] G;O 1681 EXHIBIT A—SCOPE OF SERVICES 24-8316"Landscape Maintenance For Work Areas 18b,20B,21B,23,27" This agreement is awarded as follows: SUPERB LANDSCAPE SERVICES,INC. SECONDARY—Work Areas 21B and 23. The Contractor(s) will be responsible for providing landscape maintenance to sustain the quality of plant materials while ensuring roadways are well-maintained. To keep landscapes and turf healthy, the Contractor(s) shall refer to Florida Friendly Best Management Practices for the Protection of Water Resources by Green Industries. Landscape maintenance services may include,but are not limited to, Median Mowing and Edging, Street Cleaning, Weeding, General Site Trimming, and Debris Removal. County staff may request additional services such as plant replacements, emergency services, ornamental and turf spraying, tree and palm maintenance, and traffic accident cleanup. Work Areas:There are 5 landscape maintenance work areas. Interested Contractors may choose the work area(s)to bid and only submit those work area bid schedule(s)with their bid submission. ❑ Work Area 18B: Immokalee Road from Collier Boulevard to Wilson Boulevard; approximately 5.0 miles (31112.18B) • Improved median numbers 44 through 64 ❑ Work Area 20B: Collier Boulevard North Landscape Maintenance from Golden Gate Boulevard to Immokalee Road; approximately 3.0 miles(31112.20B). • Improved median numbers 89 through 108, 108W,and 108E • SW and SE Triangles(Collier Blvd);NW and NE Triangles(Immokalee Rd) • Immokalee Road:NW Planting,NE Planting,Median North,Median East • South Lake at Golden Gate Blvd and North Lake at 7th Avenue NW • Median No. 108,Median Mowing&Edging,Bahia Sod,Approximately. 3,500 square feet ❑ Work Area 21B: Santa Barbara Boulevard Landscape Maintenance from Rattlesnake Hammock Road to Davis Blvd; approximately 2.0 miles(31112.21B). • Improved median numbers 1 through 14. ❑ Work Area 23: Radio Road East Landscape Maintenance from Santa Barabara Blvd to Davis Blvd; approximately 1.20 miles(31112.23). • Improved median numbers 31 through 39. ❑ Work Area 27: Davis Blvd Landscape Maintenance from Santa Barbara Blvd to Collier Blvd; approximately 2.45 miles(31112.27). • Improved median numbers 32 through 41. 1. ROUTINE MAINTENANCE SPECIFICATIONS: Below are landscape maintenance specifications that the Contractor shall perform monthly.The Division Landscape Supervisor or designee may revise the specifications as necessary. The unit prices include supervision, labor, tools, equipment, materials, and Temporary Traffic Control(TTC). Page 1 of 10 Exhibit A—Scope of Services cNO 16 81 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 OF/IFAS website. Contractors can obtain online versions of Green Industries Best Management Practices manuals in English and Spanish: https://ffl.ifas.0 fl.edu/ffl-and-you/gi-bmp-program/gi-bmp-manual/ 1.1. MOWING: Mowing services may be in medians, side right-of-way (ROW) (both sides of the roadway), retention ponds,around ponds,and swale areas. 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 consistently with landscape maintenance industry standards that ensure 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. Species Mowing Height(inches) Grass Height Not to Exceed(inches) Bahiagrass 3.0—4.0 4.5—6.0 St.Augustine 3.5—4.0 5.5—6.0 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 back into the lawn. If bagging clippings,they shall be collected and removed at no additional cost to the County. 1.1.6. Swale mowing is conducted throughout the year, and during the rainy season, these areas are addressed at each service. If weeds and vegetation protrude above the water, reduce them to 12 inches above the waterline or as directed by the Division Landscape Supervisor or designee. Always direct the mowing operation away from the water and remove mowing clippings from the site. 1.1.7. Dry retention mowing is conducted throughout the year, and grass height must not exceed 18 inches.If areas are holding water,restrict mowing with a 10-foot buffer from the water's edge and direct the mowing operation away from the water. 1.1.8. Wet retention(ponds)mowing within 10 feet from the water's edge when mowing,vegetation must be greater than 6 inches in height. Direct the mowing operation away from the water. Remove mowing clippings from the site. 1.1.9. 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 services at no additional cost to the County. 1.1.10. Notify the Division Landscape Supervisor or designee immediately when turfgrass shows signs of heat stress,disease,or irrigation malfunctions. 1.2. EDGING 1.2.1. String edge along plant beds and turf edges where an underground irrigation system is present. Mechanical metal blade edging is not permitted in these areas. 1.2.2. Mechanical metal blade edging is permitted along the back of curbs and sidewalks. 1.2.3. With the edging service, Cut and remove grass root runners extending into plant beds or mulch areas,concrete,asphalt,and brick paved areas. 1.2.4. 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. 1.2.5. Remove edging from roadways,sidewalks,curbing,and gutters on the same day as the service. Page 2 of 10 Exhibit A—Scope of Services CAO 1681 1.2.6. 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. 1.3. STREET CLEANING: Clean sidewalks,curbs,and gutters,including a four-foot(4')area from the face of gutters, curbs, turn lanes, medians, and sidewalks immediately following each service to prevent debris accumulation and keep areas neatly maintained and safe. 1.3.1. On the same day of mowing,remove grass clippings and debris from hardscapes to prevent debris accumulation and keep areas neatly maintained and safe. 1.3.2. Remove grass clippings and debris from hardscapes following the same day of the mowing services. 1.3.3. 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. 1.3.4. Deposit grass clippings into existing turf areas. 1.3.5. No debris shall be blown or deposited onto adjacent property,accumulated on right-of-way areas, or blown into roadways or travel lanes. 1.3.6. Remove all debris and clippings from sidewalks,curbs,gutters,or roadways. 1.3.7. Remove seed pod seeds from hardscape areas and around the palm perimeter. 1.4. WEEDING 1.4.1. Perform weeding weekly, leaving the area reasonably weed-free, visually well-maintained, and aesthetically pleasing. 1.4.2. Weeding is within the medians and sides of ROW and includes bedding plants,perennials,shrubs, trees, sidewalks, asphalt, concrete, pavers, guardrail bases, tree grates, curb joints, and mulched areas. 1.4.3. Control weeds in planting beds. 1.4.4. 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. 1.4.5. Pre-emergent products to control weeds. Apply pre-emergent herbicides in early February.Apply the pre-emergent herbicide before temperatures rise above 65 to 70 degrees Fahrenheit to avoid harming the grass. Nonselective herbicides that contain active ingredients like glyphosate or glufosinate can be used to spot-treat weeds in beds. 1.4.6. Post-emergent products to control weeds. Determine the type of application (systemic or contact herbicides). Use caution when applying chemicals to prevent the spray from drifting onto non- target plants. 1.4.7. Blue tracker dye shall be added for inspection purposes. 1.4.8. 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 Division Landscape Supervisor or designee. 1.5. 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. 1.5.1. Notify the Division Landscape Supervisor when plant materials(trees,ground covers,shrubs,turf, etc.)show signs of infestation,disease,or dying. 1.5.2. Remove water sprouts,suckers,dead or diseased foliage,and branches. 1.5.3. Trim plants 18 inches from the irrigation heads to maintain uniform irrigation distribution patterns. 1.5.4. Sightlines-Mandatory Safety Requirement:Consistently maintain sightlines at each service or as needed.The travel lane plant height is 18 inches to a maximum height of 24 inches.The Contractor will be notified by the County to immediately trim plant materials that exceed the maximum height. 1.5.5. Trim shrubs in their natural form.Do not prune plants into boxed shapes. Page 3 of 10 Exhibit A—Scope of Services 1681 1.5.6. Shrub pruning should be done consistently throughout each median for all shrub types for landscape continuity. 1.5.7. 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 for landscape personnel who are maintaining landscaping. 1.5.8. Bougainvillea and Green Island Ficus maintain to 24 inches through the year(sightline 18 inches). Maintain other groundcovers and shrubs maintain 1.5.9. Perform hard cutting in vehicular sightline areas to 18 inches by October 1" each year before cooler temperatures begin, so blooming plants are at the proper height before high traffic season begins. Shrub hard-cutting requires approval from the Division Landscape Supervisor or Landscape Operations Manager. 1.5.10. Prune selectively to improve the plant structure's health and to enhance fruiting, flowering, or appearance. 1.5.11. Prune ornamental grasses once a year(or as directed by the Division Landscape Supervisor or designee), only after the blooming season, at the plant base to remove old growth. Do not cut grasses using a flat-top method.Varieties include but are not limited to Fountain,Muhly,Florida Gama,and Fakahatchee grasses. 1.5.12. Only prune yellow or white Irises at the direction of the Division Landscape Operations Manager. Never prune Irises into a cone shape. 1.5.13. Remove dead growth from Blueberry Flax,Agapanthus,Birds of Paradise,Iris,and other similar varieties. 1.5.14. Prune Liriope muscari at the direction of the Division Landscape Supervisor or Landscape Operations Manager. 1.5.15. Groundcovers and grasses cannot grow over curbs or onto paved areas. 1.5.16. Maintain tree canopy branches over pathways or sidewalks at a minimum height of 10 feet. 1.5.17. Checking plant heights at each service is mandatory. 1.5.18. Remove pruning and trimming debris at each service. 1.6. DEBRIS/TRASH REMOVAL:Remove trash and debris at each service that includes paper,bottles,cans, trash,horticultural and non-horticultural waste,leaves,rocks,branches,limbs,palm fruit and fronds on the ground,and other debris that is not part of the landscape. 1.7. ORNAMENTAL&TURF SPRAYING AND PEST MANAGEMENT 1.7.1. Pest Management:Use Integrated Pest Management(I.P.M.)principles and methods. 1.7.1.1. Use a pest-control strategy only when the pest is causing damage or is expected to cause additional damage than can be reasonably and economically tolerated. 1.7.1.2. Implement a control strategy that reduces the pest numbers to an acceptable level while minimizing harm to non-targeted organisms. 1.7.1.3. Post appropriate application signs with each treatment. 1.7.1.4. Keep records of pest problems identified and control treatment applied. 1.7.1.5. Record whether corrective actions reduced or prevented pest populations, were economical,and minimized risks. 1.7.1.6. Provide a copy of the records to the Division Landscape Supervisor or designee. 1.7.1.7. Refer to past corrective actions when making similar decisions in the future. 1.7.1.8. Dispose of used containers in compliance with label directions to prevent water contamination. 1.7.1.9. Pest and Spray Program. Provide an overall written pest and spray program that shall incorporate ant and rodent control and shall meet or exceed the following minimum standards: 1.7.1.9.1. Describe procedures, methods, and techniques to enhance the Page 4 of 10 Exhibit A—Scope of Services CAD 16 81 environment. 1.7.1.9.2. Provide maximum protection for the health, safety, and welfare of the public and environment. 1.7.1.9.3. List of all chemicals. 1.7.1.9.4. List application methods. 1.7.1.9.5. Records of all pesticide applications must be kept. 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. 1.7.1.10. Monthly Pest Control: Perform weekly on-site inspections and provide written reports to the Division Landscape Supervisor or designee monthly. 1.7.1.10.1. Contractor shall provide an overall written pest and spray program that shall incorporate ant control,rodent control, and existing plant materials that shall meet or exceed the following minimum standards: 1.7.1.10.1.1. Describe procedures, methods, and techniques that will enhance the environment. 1.7.1.10.1.2. Provide maximum protection for the health, safety, and welfare of the public and environment. 1.7.1.10.1.3. Provide MSDS Sheets for chemicals upon request. 1.7.1.10.1.4. Provide signage where applicable. 1.7.1.11. Methods of Application: One hundred percent(100%)coverage and penetration shall be provided. Insecticides and Fungicides shall be applied at the proper pressure to provide maximum coverage. 1.7.1.11.1. Insecticides should be alternated from time to time to prevent insect resistance to the application. 1.7.1.11.2. Herbicides used in turf areas shall be applied at the proper pressure. 1.7.1.11.3. Turf herbicides shall not be applied when the daily temperature exceeds 85 degrees. 1.7.1.11.4. When recommended by the label,a spreader sticker(Nu-Film 17 or equal) shall be incorporated into all spraying of groundcovers,shrubs,trees,palms, and turf areas. 1.7.1.11.5. When recommended by the label or the Division Landscape Supervisor or designee,all spray applications shall contain a wetting agent within the mix. 1.7.1.11.6. Follow manufacturers'instructions. 1.7.1.12. Rate of Application: All chemicals shall be applied at the rates recommended on the manufacturer's labels. 1.7.1.13. Materials List: shall include insecticide, fungicide, and herbicide chemicals 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 Division Landscape Supervisor or designee for review and approval. All chemicals used shall be Environmental Protection Agency-approved for their intended use and area of use. 1.7.1.14. Application Schedules: Submit application schedules to the Division Landscape Supervisor or designee before applications for approval. Chemicals applied without Page 5 of 10 Exhibit A—Scope of Services CAO 1681 schedules and prior approval may have invoices rejected by the Division and services not paid. 1.7.1.15. Groundcovers, Shrubs, Trees, Turf, Bed Areas, etc.: Insecticides, fungicides, and herbicides applications are monthly with approval from the Division Landscape Supervisor or designee. The Contractor shall use Integrated Pest Management practices to promote plant health and eliminate unwanted weeds and pests. 1.7.1.16. Ant Abatement&Mound Removal:Includes all ant species and Fire ants.Treat mounds individually as they occur with bait formulas. 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. 1.7.1.16.1. Carpenter Ants: Direct treatment of nesting sites is recommended because these sites harbor the brood,queen, and the bulk of the workers and winged reproductive. 1.7.1.16.2. A small amount of insecticidal dust or spray applied directly to the nest area is usually successful.Any excessive treatment may become repellent,causing the nest to move to another location if the dust is applied near the infestation location but not directly on the nest. 1.7.1.16.3. The Contractor is responsible for grading and leveling the mounds once the ants are eradicated. 1.7.1.17. Rodent Control: Monitor landscape medians for rodents (e.g., rats, and mice). The Contractor is responsible for supplying materials and equipment to remove rodents and prevent damage to landscape plants and irrigation equipment. 2. 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. 2.1. LANDSCAPE PERSONNEL LABOR HOURS: Line items shall be used for miscellaneous landscape maintenance work as directed by the Division Landscape Supervisor or designee. 2.2. LANDSCAPE PERSONNEL EMERGENCY RESPONSE HOURS: The Contractor must be available to respond immediately to emergency callouts after 5:00 p.m. Monday through Friday and 24 hours on weekends and holidays. 2.2.1. Respond to emergency calls within two(2)hours from the time of notification. 2.2.2. Designate a person(s)who shall be available to respond to emergency calls 24 hours per day. 2.3. EQUIPMENT WITH OPERATOR: The unit price includes delivery and return,equipment,operator,fuel, labor,and supplies.The equipment hourly usage rates only apply when the equipment is actively being used. 2.4. TREE AND PALM SERVICES: Work may require re-planting,re-standing,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. 2.5. MARKUP:Percentage markups apply when additional services are needed. 2.5.1. Material Markup: A 10 percent markup for materials not included in the unit price.The Contractor Page 6 of 10 Exhibit A—Scope of Services CAO 16Bi shall provide receipts with the invoice for reimbursement for materials exceeding $500.00. Any items below$500.00 will require itemized records for reimbursement. 2.5.2. Equipment Markup:A 10 percent markup is authorized for equipment not listed on the fee schedule. The Contractor shall email an estimate to the Division Landscape Supervisor or designee to approve rental equipment. 2.5.3. Subcontractor Markup:A 15 percent markup for subcontractor services.The Contractor shall email an estimate to the Division Landscape Supervisor or designee to approve subcontractor services not listed on the fee schedule. 3. GENERAL INFORMATION 3.1. CERTIFICATIONS:The Contractor shall maintain the following certifications throughout the contract term and subsequent renewal periods. 3.1.1. Green Industries, Best Management Practices, Certificate under Chapter 482.1562, F.S. (must obtain certification within one(1)year from contract execution). 3.1.2. Temporary Traffic Control TTC,Intermediate Level Certification. 3.1.3. Certified Pest Control Operator,Lawn&Ornamental,Chapter 482.111,F.S. 3.1.4. 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 in charge.Chapter,482.091 F.S. 3.2. LICENSES: The Contractor shall maintain the following licenses throughout the contract term and subsequent renewal periods. 3.2.1. Collier County Landscape Restricted,or Collier County Landscape,or Collier County Unlimited Landscape License. 3.2.2. Collier County Pest Control License 3.3. WORK AREA CONDITIONS:The Contractor agrees and accepts that awarded work areas are in an"as is" condition.They are responsible for completing a site visit and inspect the area before submitting bid(s). 3.4. WORK COMMENCEMENT:The work shall start with the issuance of a purchase order. 3.5. 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. 3.6. 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. 3.7. CREW SIZE: The crew size for routine maintenance services is one crew consisting of six(6)employees; for chemical applications,the crew size is two employees,and the irrigation crew size is two employees. 3.8. FINAL INSPECTIONS:The Contractor is to notify the Division Inspector following services that the work is completed, so the Division Inspector can perform a final inspection of the work. The Contractor will be notified when the finished work fails to comply with the Contract specifications. 3.8.1. The Contractor shall immediately cure the deficient work, ensuring it complies with the specifications. 3.8.2. The Contractor shall notify the County Inspector when deficient work is ready for re-inspection. Page 7 of 10 Exhibit A—Scope of Services CAO 1681 3.8.3. 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. 3.8.4. There will be no cost to the County for the Contractor to correct deficient work. 3.9. DAMAGES: The Contractor's negligence in causing damages shall be repaired or replaced at the Contractor's expense within seventy-two(72)hours.Some examples of negligence resulting in damages are dying plants, shrubs, trees, grass,or foliage,or failure in providing ramps or other devices to gain access over the curbs into medians resulting in curb or turf damages. Complete any required repairs to the satisfaction of the Division Landscape Supervisor or designee,at no additional cost to the County. Repairs shall be completed prior to submission of the Contractor's invoice for landscape maintenance services. 3.10.ACCIDENT REPORTING:The Contractor is to report each week to the Division Landscape Supervisor or designee any accidents or thefts involving or occurring within the work areas covered by this Contract. 3.11.WORK ZONE SAFETY:The Contractor shall use caution while working on County Right-of-Way(ROW) (i.e.,roads,sidewalks,bike paths,etc.),roadway medians,in or around County-owned or operated facilities. 3.11.1. 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. 3.11.2. Appropriate work zone signage,cones,barricades or barrels,arrow panels,flagging personnel,and stop/slow paddles. 3.11.3. An applicable work zone TTC plan based on FDOT and/or MUTCD designs on site. 3.11.4. The Contractor will maintain access for residents and commercial properties with minimal delays to the traveling public. 3.12.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. 3.12.1. The Contractor is responsible for maintaining TTC while performing services in the right-of-way and roadways. 3.12.2. TTC is a requirement for the safety and protection of the Contractor's employees and motorists during services'performance. 3.12.3. It is the Contractor's sole responsibility for safety in the work zone. 3.12.4. The Contractor must adhere to the latest edition of the FDOT Design Standards,600 series,and the Manual on Uniform Traffic Control Devices(MUTCD). 3.12.5. The Contractor is responsible for the TTC plan and equipment setup. Any work zone safety issues require the Contractor's 3.12.6. The certified TTC employee must meet the Division Landscape Supervisor or designee within twenty(20)minutes of the initial contact to address work zone safety issues. 3.12.7. TTC setup that does not comply will have operations ceased until TTC is corrected per the FDOT standards and MUTCD. 3.13.WORK HOURS:Monday through Friday,from 7:00 a.m.to 5:00 p.m.The Contractor may request to work outside these hours,but approval from the Division Landscape Supervisor or designee is required.There is no additional compensation for working on weekends,holidays,or evenings. 3.14.LANE CLOSURES: There are no lane closures on weekdays from 7:00 a.m. through 9:00 a.m. and 3:30 p.m. through 6:30 p.m. Lane closures require MOT/TTC with proper placement of lane closed signs,pre- warning signs,arrow boards,traffic cones,etc. 3.15.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.eov/zovernment/transportation-mana2ement- Page 8 of 10 Exhibit A—Scope of Services CAO 1681 services/services/constructio n-and-ma intenance-p ublic-inform ation/ro ad-alerts. 3.16.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 through Friday,from 7:00 a.m. to 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. 3.17.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. 3.18.WORK SCHEDULES: Email work schedules to the Division Landscape Supervisor or designee. This is a mandatory requirement,and having work schedules is imperative for inspection purposes. 3.18.1. Schedule the work to be completed in one(1)visit.Do not move to the next roadway until the work area is completed or unless directed by the Division Landscape Supervisor or designee. 3.18.2. 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. 3.18.3. List crew personnel names,service dates,times,and locations. 3.18.4. Immediately notify the Division Landscape Supervisor or designee of any changes to the work schedule. 3.18.5. The Division reserves the right to change schedules as needed due to the season, weather, work conditions,budget,or if it is in the best interest of the County. 3.19.GENERAL MAINTENANCE REPORT SHEETS(GMRS): GMRS shall be completed on a weekly basis, signed by the Contractor, and submitted via email to the Division's Landscape Supervisor or designee the next day following completion of services. 3.20.WORK DELAYS: The Contractor shall notify the Division immediately of any delays via phone call and follow up with an email the next business day with a written summary of the delay. 3.21.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 Division Landscape Supervisor or designee. 3.21.1. The Contractor shall immediately notify the County's Contract Administrator in writing if its ability to perform the work under the Contract is compromised in any manner. 3.21.2. The Division Landscape Supervisor or designee may utilize the Secondary Contractor if the Primary Contractor cannot provide the services as requested. 3.21.2.1. If the Primary Contractor continually fails to provide service requests,their Contract may be terminated,and the Secondary Contractor will assume all work under the terms of the Contract. 3.21.2.2. During any notice of default, breach, or suspension, the County shall have the full authority to utilize the Secondary Contractor as the Primary Contractor. 3.22. PERSONNEL: The Contractor shall provide contact information to the County's Contract Administrator before the contract kick-off meeting.The information must include names with titles,email addresses,and telephone numbers(direct business line and cell phone). 3.22.1. Key Personnel employees must be English-speaking to effectively communicate with the Division Landscape Supervisor or designee. 3.22.2. The Contractor shall immediately notify the Division Landscape Supervisor or designee in the absence of key personnel and provide the substitution personnel information via email. 3.22.3. The County reserves the right to remove key personnel from the Contract who fail to communicate with County staff effectively. Page 9 of 10 Exhibit A—Scope of Services CAO 1681 3.23.MEETINGS: Either party may request meetings throughout the contract term, requiring mandatory attendance.There are no additional costs to the County for meetings. Page 10 of 10 Exhibit A—Scope of Services CAO 1681 Exhibit B Fee Schedule following this page (pages through 4 ) Page 16 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 1661 EXHIBIT B -FEE SCHEDULE #24-8316 "Landscape Maintenance for Work Areas 18B, 20B,21B, 23, 27" SECONDARY AWARDED FOR WA 21B, 23 MARKUPS FOR ADDITIONAL SERVICES ONLY MATERIAL AND EQUIPMENT MARKUP PERCENTAGE IS 10% SUBCONTRACTOR MARKUP 15°A° Work Area 21B. Santa Barbara Blvd Landscape Maintenance, 2.0 miles (31112.21B) ROUTINE MAINTENANCE Superb Landscape Services, Inc. Santa Barbara Blvd from Rattlesnake Hammock Rd to Davis Blvd. Year 1 Year 2 Year 3 Item Description UOM Unit Price Unit Price Unit Price 1 Median Mowing&Edging Weekly $ 50.00 $ 50.00 $ 50.00 2 Street Cleaning Weekly $ 400.00 $ 400.00 $ 400.00 3 Weeding Weekly $ 2,200.00 $ 2,200.00 $ 2,200.00 4 General Site Trimming Monthly $ 100.00 $ 100.00 $ 100.00 5 Debris/Trash Removal Weekly $ 400.00 $ 400.00 $ 400.00 Ornamental&Turf Spraying/Pest Management Year 1 Year 2 Year 3 (includes supervision,labor equipment,chemicals,and materials) Item Description UOM Unit Price Unit Price Unit Price Insecticides,Fungicides,and Herbicides 6 Groundcover,Turf,Shrubs,Trees,Bed Areas. Monthly $ 100.00 $ 100.00 $ 100.00 Foliar Application 7 Ant Abatement&Mound Removal Monthly $ 25.00 $ 25.00 $ 25.00 8 Rodent Control Monthly $ 25.00 $ 25.00 $ 25.00 ADDITIONAL SERVICES Landscape Personnel Labor Hours Year 1 Year 2 Year 3 Item Description UOM Unit Price Unit Price Unit Price 9 Landscape Supervisor Hourly $ 110.00 $ 120.00 $ 130.00 10 Landscape Laborer Hourly $ 95.00 $ 110.00 $ 120.00 Emergency Response Labor Hours Year 1 Year 2 Year 3 Item Description UOM Unit Price Unit Price Unit Price 11 Landscape Supervisor Hourly $ 110.00 $ 120.00 $ 130.00 12 Landscape Laborer Hourly $ 95.00 $ 110.00 $ 120.00 Equipment with Operator Year 1 Year 2 Year 3 Item Description UOM Unit Price Unit Price Unit Price 13 Bucket Truck w/operator Hourly $ 150.00 $ 150.00 $ 150.00 14 Water Truck w/operator Hourly $ 150.00 $ 150.00 $ 150.00 15 Crane Truck w/operator Hourly $ 100.00 $ 100.00 $ 100.00 16 Mini Excavator w/operator Hourly $ 225.00 $ 225.00 $ 225.00 17 Skid Loader w/operator Hourly $ 225.00 $ 225.00 $ 225.00 Page 1 of 4 Exhibit B-Fee Schedule 16 81 Tree and Palm Maintenance Services (includes supervision,labor,equipment,and materials) Year 1 Year 2 Year 3 Item Description UOM Unit Price Unit Price Unit Price 18 Staking Large Palms(Caliper greater Each $ 190.00 $ 190.00 $ 190.00 than 6") 19 Staking Small Canopy Tree Each $ 170.00 $ 170.00 $ 170.00 (2x2 posts and guy wire,4"-6" caliper) 20 Staking Large Canopy Tree Each $ 190.00 $ 190.00 $ 190.00 (2x4 posts,greater than 6"caliper) 21 Restanding and Staking Small Palm Each S 170.00 $ 170.00 S 170.00 (4"-6"Caliper) Restanding and Staking Large Palms 22 (Caliper greater than 6") Each $ 190.00 $ 190.00 $ 190.00 23 Restanding and Staking Small Canopy Tree Each $ 170.00 $ 170.00 $ 170.00 2x2 posts and guy wire,4"-6"caliper) 24 Restaking Large Canopy Tree Each $ 190.00 $ 190.00 $ 190.00 (2x4 posts,greater than 6" caliper) 25 Root pruning,re-planting,re-standing and staking Each $ 250.00 $ 250.00 $ 250.00 with 2x4 (Tree or Palm) 26 Root Pruning,re-planting,re-standing and staking Each $ 300.00 $ 300.00 $ 300.00 with 4x4 (Tree or Palm) 27 Root Pruning,re-planting,re-standing and staking Each S 190.00 $ 190.00 $ 190.00 with lodge poles(Tree only) Page 2 of 4 Exhibit B-Fee Schedule C,AO 16 81 Work Area 23. Radio Road East Landscape Maintenance, 1.20 miles (31112.23) Routine Maintenance(includes supervision,labor,equipment,materials,and disposal) Superb Landscape Services, Inc. WORK AREA 23: Radio Road East from Santa Barbara Blvd to Davis Year 1 Year 2 Year 3 Blvd Item Description UOM Unit Price Unit Price Unit Price 1 Street Cleaning Weekly $ 300.00 $ 300.00 $ 300.00 2 Weeding Weekly $ 2,000.00 $ 2,000.00 $ 2,000.00 3 General Site Trimming Monthly $ 100.00 $ 100.00 $ 100.00 4 Debris/Trash Removal Weekly $ 300.00 $ 300.00 $ 300.00 Ornamental&Turf Spraying and Pest Management (includes supervision, labor,equipment,chemicals,and materials) Year 1 Year 2 Year 3 Item Description UOM Unit Price Unit Price Unit Price Insecticides,Fungicides,and Herbicides 5 Groundcover,Turf,Shrubs,Trees,Bed Areas. Monthly $ 100.00 $ 100.00 $ 100.00 Foliar Application 6 Ant Abatement&Mound Removal Monthly $ 25.00 $ 25.00 $ 25.00 7 Rodent Control Monthly $ 25.00 $ 25.00 $ 25.00 ADDITIONAL SERVICES Landscape Personnel Labor Hours Year 1 Year 2 Year 3 Item Description UOM Unit Price Unit Price Unit Price 8 Landscape Supervisor Hourly $ 110.00 $ 120.00 $ 130.00 9 Landscape Laborer Hourly $ 95.00 $ 110.00 $ 120.00 Emergency Response Hours Year 1 Year 2 Year 3 Item Description r UOM Unit Price Unit Price Unit Price 10 Landscape Supervisor Hourly $ 110.00 $ 120.00 $ 130.00 I I Landscape Laborer Hourly $ 95.00 $ 110.00 $ 120.00 Equipment with Operator Year l Year 2 Year 3 Item Description UOM Unit Price Unit Price Unit Price 12 Bucket Truck w/operator Hourly $ 150.00 $ 150.00 $ 150.00 13 Water Truck w/operator Hourly $ 150.00 $ 150.00 $ 150.00 14 Crane Truck w/operator Hourly $ 100.00 $ 100.00 $ 100.00 15 Mini Excavator w/operator Hourly $ 225.00 $ 225.00 $ 225.00 16 Skid Loader w/operator Hourly $ 225.00 $ 225.00 $ 225.00 Page 3 of 4 Exhibit B-Fee Schedule CAO 1681 Tree and Palm Maintenance Services Year 1 Year 2 Year 3 (includes supervision,labor,equipment,and materials) Item Description UOM Unit Price Unit Price Unit Price 17 Staking Large Palms(Caliper greater Each $ 190.00 $ 190.00 $ 190.00 than 6") 18 Staking Small Canopy Tree Each $ 170.00 $ 170.00 $ 170.00 (2x2 posts and guy wire,4"-6" caliper) 19 Staking Large Canopy Tree Each $ 190.00 $ 190.00 $ 190.00 (2x4 posts,greater than 6" caliper) 20 Restanding and Staking Small Palm Each $ 170.00 $ 170.00 $ 170.00 (4"-6" Caliper) 21 Restanding and Staking Large Palms Each $ 190.00 $ 190.00 $ 190.00 (Caliper greater than 6") 22 Restanding and Staking Small Canopy Tree Each $ 170.00 $ 170.00 $ 170.00 2x2 posts and guy wire,4"-6" caliper) 23 Restaking Large Canopy Tree Each $ 190.00 $ 190.00 $ 190.00 (2x4 posts,greater than 6" caliper) 24 Root pruning,re-planting,re-standing and staking Each $ 250.00 $ 250.00 $ 250.00 with 2x4(Tree or Palm) 25 Root Pruning,re-planting,re-standing and staking Each $ 300.00 $ 300.00 $ 300.00 with 4x4(Tree or Palm) 26 Root Pruning,re-planting,re-standing and staking Each $ 190.00 $ 190.00 $ 190.00 with lodge poles(Tree only) Page 4 of 4 Exhibit B-Fee Schedule CAO I681 Other Exhibit/Attachment Description: Affidavit Regarding Labor and Services 0following this page (pages 1 through 1 ) ❑ this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] ci\o 1681 AFFIDAVIT REGARDING LABOR AND SERVICES Effective July 1, 2024,pursuant to§787.06(13), Florida Statutes,when a contract is executed, renewed,or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services, Nongovernmental Entity's Name: pe.,(}0 \Af `JY S, ' vt CQ.'S , InC , Address: _ 1(?)0 aChanhe Ave KOPe- 14t'L. 3U iby -- —.. Phone Number: _ 3G1(p 43 (p2C6 Authorized Representative's Name: •Rjp .- \k.il'c t01'\ _ Authorized Representative's Title: \ * Email Address: titirdetan G comIY1(Qrdmat'IN• Yle1- AFFIDAVIT I, C MA) (Name of Authorized Representative), as authorized representative attest that LAW C4(6.((-Qii<:(_ Na/miJof�Nongovernmental Entity)does not use coercion for labor or services as defined in §787.06,Florida StatUt`e� Un ity erju , I declare that I have read the foregoing Affidavit and that the facts stated in it are true, ., _:: (Signature of autht/If d representative) Date STATE OF .VOOLICI COUNTY OF Let Sworn to(or affirmed)and subscribed before me,by means of 0/physical presence or 0 online notarization this t4111 day of IP____ 1,20a6,by At 4 tleiCtll (Name of Affiant),who produced their as identification or ar ersonally known to m Notar •ublic . — 4 Notary Public State of Florida i� )f 4 Geidy Leiva �� 4 ,,,,61i;,ii, My Commission HH 454886 Commission Expires 4 • Expires 11/30/2027 — . ir-ip.— _ _ _.�. _ _ i Personally Known rid OR Produced Identification 0 Type of Identification Produced: i CONTRACT RENEWAL OR EXTENSION REQUEST FORM Version:2025.1 CAO Page 1519 of 5415 -‘C-C ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 8 �J THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attomey Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. Deputy Clerk Clerk of Courts 3 County Attorney Office County Attorney Office Oor 3Iz1 I z S 4. BCC Office Board of County t 3$ Commissioners i5( 3126 z5 5. Minutes and Records Clerk of Court's Office uld, co PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Craig Brown Growth Management, Phone Number (239)252-2548 Contact/ Department Development Review Agenda Date Item was 2/23/2010 Agenda Item Number Item 2010-39(16.B.1) Approved by the BCC Type of Document Conservation Easement Number of Original 1 Document Attached Documents Attached PO number or account 131-138326-649030 number if document is Clerk to Email receipt to payment to to be recorded Lucia.Martin@colliercountyfl.gov INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? CB 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be CB signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the CB document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's CB signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 2/23/2010 and all changes made during the meeting have been incorporated in the attached document. The County 0019 Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC, all changes directed by the BCC have been made,and the document is ready for the Chairman's signature. 1:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 mac,„tT coufr AO Crystal K. Kinzel V Po Collier County Clerk of the Circuit Court and Comptroller RcouNY 3315 Tamiami Trail East,Suite 102 Naples, Florida 34112-5324 Information Sheet for Deeds and Other Documents Transferring Interest in Real Property SUBMITTER INFORMATION Name: Lucia S. Martin Company/Firm Name: Collier County GMD Submitter Address: 2800 N. Horseshoe Drive, Naples,FL 34104 Phone: (239)252-2279 E-mail Address:lucia.martin@colliercountyfl.gov PROPERTY INFORMATION Transfer from: Home Depot U.S.A, Inc. (Grantor/Seller) To: Collier County (Grantee/Buyer) Date of Sale/Transfer: 03/26/25 Purchase Price/Consideration for this transfer was $ Is there an existing Mortgage on the property? Yes No If yes, what is the mortgage balance? $ Are you paying full doc stamps? Yes No (If No, Please explain below) Are you paying minimal ($0.70) doc stamps? x Yes _ No (If No, Please explain below) If No, are you exempt under Florida Law or Administrative Code? , Yes No (Please explain below) Explanation: Signature of Grantor, Grantee or Agent: MartinLucia Digitally signed by MartinLecia Date:2025.03.26 11:36:01-04'00. FAILURE TO PAY REQUIRED TAXES MAY RESULT IN PENALTIES AND INTEREST. (F.A.C. 12B-4.005) INSTR 6660807 OR 6451 PG 2311 l 6 R RECORDED 3/26/2025 2:37 PM PAGES 10 CLERK OF THE CIRCUIT COURT AND COMPTROLLER COLLIER COUNTY FLORIDA DOC@.70$0.70 REC $86.50 THIS INSTRUMENT PREPARED BY&RETURN TO: NAME: RICHARD D. YOVANOVICH,ESQ. COLEMAN YOVANOVICH & KOESTER, P.A. ADDRESS: 4001 TAMIAMI TRAIL N., SUITE 300 NAPLES, FLORIDA 34103 PARCEL I.D. #00447280001 SPACE ABOVE THIS LINE FOR PROCESSING DATA SPACE ABOVE THIS LINE FOR RECORDING DATA CONSERVATION EASEMENT THIS CONSERVATION EASEMENT given this 1) day of 144vEN1j Er- , 2014 , by Home Depot U.S.A., Inc., a Delaware corporation (hereinafter Home Depot), as Grantor, whose address is 2455 Paces Ferry Rd. SE, Atlanta, GA, 30339, to Collier County, Florida, a political subdivision of the State of Florida (hereinafter "Collier County" or "Grantee"). Grantor and Grantee may hereafter be collectively referred to as the "parties." WHEREAS, Home Depot is the owner of that certain tract of land located in Collier County, Florida described in Exhibit "A" attached hereto (hereinafter referred to as the "property"); and WHEREAS, Collier County is requiring that this Conservation Easement ("Easement") be entered into and recorded in the land records of Collier County to bind Home Depot; and WHEREAS, the parties wish to establish their respective rights and responsibilities relative to the use and maintenance of the conservation area described in the attached Composite Exhibit"B" (the Easement Property). NOW, THEREFORE, Grantor hereby conveys a Conservation Easement to Collier County as follows: 1. Home Depot, its successors, heirs, assigns and/or transferees, hereby grants a non-exclusive easement to Collier County over and across the property described as Exhibit "B" for the purpose of conservation. Collier County shall have no responsibility for maintenance of the conservation easement. 2. No buildings, structures or impediments of any nature may be constructed, placed or permitted on, over or across the Easement Property. No dumping or placing of soil or other substances such as trash or unsightly or offensive materials shall be Revised 2/13/2019 1 16R1 permitted on the Easement Property. There shall be no removal or destruction of trees, shrubs or other vegetation with the exception of exotic/nuisance vegetation removal. Excavation, dredging or removal of soil material, peat, rock or other material substance in such a manner as to affect the surface shall be prohibited on the Easement Property. No dikes or fencing shall be permitted on the Easement Property. There shall be no other activities detrimental to drainage, flood control, water conservation, erosion control or fish and wildlife habitat conservation or preservation permitted on the Easement Property. The Easement Property shall be in no way altered from its natural or permitted state. The following exceptions apply: a. Archaeological surveys or excavations are permissible for areas designated as archaeological sites by the State or Federal governments or by Grantee; or b. Uses as permitted by Section 3.05.07.H of the Collier County Land Development Code. In accordance with LDC Section 3.05.07.H.1.d, oil extraction and related processing operations are uses which are exempt from the restrictions herein and shall remain allowed uses on the lands described herein, provided it is an allowable use in the underlying zoning district. 3. Home Depot, its heirs, successors or assigns shall bear the responsibility for maintaining the Easement Property, including, but not limited to, regular maintenance as may be required by any governmental agency having jurisdiction relative thereto. The Easement Property shall at all times be maintained in accordance with applicable requirements of the Collier County Land Development Code. 4. No right of access by the general public to any part of the Easement Property is being conveyed. Collier County shall have the right to access and use of the Easement property for the purpose of making inspections; however, Collier County shall have no obligation to maintain the Easement Property, nor shall Collier County have the right to use the Easement Property for any purpose inconsistent with the terms of this Conservation Easement. 5. Grantor reserves all rights as owner of the Easement Property, including the right to engage in uses of the Easement Property that are not prohibited herein and which are not inconsistent with any County ordinance, regulation or development permit, and the intent and purposes of this Conservation Easement. 6. Grantor shall pay any and all real property taxes and assessments levied by competent authority on the property. 7. Grantor shall insert the terms and restrictions of this Conservation Easement in any subsequent deed or other legal instrument by which Grantor divests itself of any interest in the property. 8. All notices, consents, approvals or other communications hereunder shall be in writing and shall be deemed properly given if sent by United States certified mail, return receipt requested, addressed to the appropriate party or successor in interest. Revised 2/13/2019 2 1 6 R 1 9. This Conservation Easement may be amended, altered, released or revoked only by written agreement between the parties hereto or their heirs, successors or assigns, which shall be filed in the public records of Collier County. 10. This Conservation Easement shall run with the land and shall be binding upon and inure to the benefit of all present and future owners of any portion of the Property and their successors and/or assigns, it being the intention of the Grantor that this Conservation Easement be perpetual. 11. If any provisions of the Conservation Easement or the application thereof to any person or circumstances is found to be invalid, the remainder of the provisions of this Conservation Easement shall not be affected thereby, as long as the purpose of the Conservation Easement is preserved. 12. Enforcement of the terms, provisions and restrictions of this Conservation Easement shall be at the reasonable discretion of Grantee, and any forbearance on behalf of Grantee to exercise its rights hereunder in the event of any breach hereof by Grantor, shall not be deemed or construed to be a waiver of Grantee's rights hereunder. 13. The terms and conditions of this Conservation Easement may be enforced by the Grantee by injunctive relief and other appropriate available remedies, and Grantor consents that venue of such enforcement actions shall lie exclusively in the Circuit Court of the Twentieth Judicial Circuit in and for Collier County, Florida. In any enforcement action in which the Grantee prevails, Grantee shall be entitled to recover reasonable attorney's fees and costs in the trial and appellate courts in addition to the cost of restoring the land to the natural vegetative and hydrologic condition existing at the time of execution of this Conservation Easement or to the natural vegetative state required for a development permit. These remedies are in addition to any other remedy, fine or penalty, which may be applicable under Chapters 373 and 403, Florida Statutes. IN WITNESS WHEREOF, Grantor has hereunder set its hand and seal the day and year first above written. Sign, sealed and delivered in the presence of: WITNESSES: Home Depot U.S.A., Inc. n A Delaware corporation K\0,A l Printed Name: /U 11/0 it 142S Poi= care. a 0. '; Ferry Ad , C ,a, GA 30339-4024 Printed NameJc C ica or ert, Assistant G( er � 3N nay 24 Post Address s 5 Faces e r d �, u-7n, At ar ,a , t Revised 2/13/2019 3 16R1 - STATE OF GEORGIA ) COUNTY OF COBB ) The foregoing instrument was subscribed, sworn and acknowledged before me this // day of /Voi/�vu-bec' , 20 Z4f , by [authorized signor of Grantor entity] .Sa___ sl`ea- 3�- �c c as [title] I f iteriere,(Cg s./ for [entity] Igo/at pct ��5;,�.,.=nc • , and who is [ personally known to me or [ ] who produced as identification. Connie D Rockwell NOTARY PUBLIC =•Liktc_ `). Cobb County,GEORGIA NOTARY PUBLI y � J My Commission Expires 10/16/2027 Printed Name: ruc.r'e ' ^'e// My Commission Expires: Acceptance by Grantee: ATTEST: BOARD OF COUNTY COMMISSIONERS CRYSTAL K. KINZEL, CLERK COLLIER COUNTY, FLORIDA . v v 41111.4— ;De ty` Clerk Bur. L. Sau! ers , Chairman Attest as-to Chairman's 4 Tamia.mi Trail E signature only Grantee Arch_ess e 329 nTapl.�s , FL 34112 THIS CONVEYANCE ACCEPTED BY THE BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY, FLORIDA, PURSUANT TO AGENDA DATED 2/23/2010, ITEM NO. 16.B.1, RESOLUTION NO.2010-39 7T i pprbv a-rm and ega s c.� ,r r . as 1 Assistant County Attorney CP\11-ENS-00442\4 Revised 2/13/2019 4 16R1 DELEGATION OF AUTHORITY I, Teresa Wynn Roseborough, Executive Vice President, General Counsel and Corporate Secretary of The Home Depot, Inc. (the "Company") and of its wholly owned subsidiary, Home Depot U.S.A., Inc., do hereby designate each Vice President and Deputy General Counsel and each of Jessica Borgert, John Chescavage and Michael A. Dalton as my designees and authorize each of them acting either alone or together to execute and deliver, or cause to be executed and delivered, any and all contracts, assignments, easements, conveyances, deeds, leases, subleases, agreements, certificates, instruments, or any other documents on behalf of the Company and each of its direct and indirect subsidiaries related to real property owned or leased or to be acquired or leased by the Company or its direct and indirect subsidiaries (the "Documents") and to take, or cause to be taken, any and all actions in connection therewith as such individual or individuals may consider necessary or desirable, with such necessity or desirability being conclusively evidenced by the actions so taken. Further, I hereby ratify and approve all previous actions taken with respect to the execution and delivery of such Documents in the name of and on behalf of the Company and its direct and indirect subsidiaries. IN WITNESS WHEREOF, I have hereunto set my hand this :1 day of June 2024. Teresa Wynn Ro eboroug Executive Vice President, General Counsel and Corporate Secretary #11308527v1 SKETCH & DESCRIPTION +� EXHIBIT "A" 1 6 8 1 A TRACT OF LAND LYING WITHIN SECTION 33, TOWNSHIP 50 SOUTH, RANGE 26 EAST COLLIER COUNTY, FLORIDA f 29 Naples 8 27 ,I __ \ Manor\ \TAMI'MI TRAIL X. 32 MEAD: , r( -- ... 33 34 951 �' 2 / / ' ,, .....•.•.•/1) ' _ � �, VICINITY MAP DESCRIPTION: (NOT TO SCALE) A PARCEL OF LAND LYING IN SECTION 33,TOWNSHIP 50 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA, BEING FURTHER DESCRIBED AS FOLLOWS: COMMENCE AT THE SOUTHWEST CORNER OF SECTION 33,TOWNSHIP 50 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA,AND RUN ALONG THE WESTERLY BOUNDARY OF SAID SECTION, N 02°35'33"E FOR 1321.79 FEET;THENCE LEAVE SAID SECTION LINE AND RUN N 89°59'07" E FOR 2438.67 FEET TO THE POINT OF BEGINNING;THENCE N 54°26'32"W FOR 1390.84 FEET;THENCE N 35°33'28" E FOR 400.00 FEET TO THE SOUTHERLY RIGHT OF WAY LINE OF STATE ROAD 90, (U.S.41);THENCE S 54°26'32"E ALONG SAID RIGHT OF WAY LINE FOR 1500.00 FEET;THENCE S 35°33'28"W FOR 400.00 FEET;THENCE N 54°26'32"W ci• o FOR 109.16 FEET TO THE POINT OF BEGINNING. uf w 7• ~ m U N n w _ o CONTAINING 600,000.00 SQUARE FEET AND/OR 13.77 ACRES MORE OR LESS. = z a a W • o O w O h O NOTES: aim Z 1. THE CERTIFICATE OF AUTHORIZATION NUMBER OF T2UES, INC. IS ABBREVIATIONS 0 i w a a LB-8336. COR. =CORNER aZ a 2. BEARINGS SHOWN ARE BASED ON THE SOUTHWESTERLY LINE OF FT. = FOOT/FEET °� N U.S.41 AS BEING S 54°26'32" E. I.D. = IDENTIFICATION 3. LEGAL DESCRIPTION AND SKETCH OR THE COPIES THEREOF ARE INC. = INCORPORATED xxr N 7 Y N NOT VALID WITHOUT THE SIGNATURE AND THE ORIGINAL RAISED LB = LICENSED BUSINESS c SEAL OF A FLORIDA LICENSED SURVEYOR AND MAPPER. O.R. =OFFICIAL RECORD BOOK 4. ADDITIONS AND DELETIONS TO SURVEY MAPS OR REPORTS BY NO. = NUMBER OTHER THAN THE SIGNING PARTY OR PARTIES IS PROHIBITED P.O.B. = POINT OF BEGINNING w m > w WITHOUT WRITTEN CONSENT OF THE SIGNING PARTY OR PARTIES. P.O.C. = POINT OF COMMENCEMENT o 3 Li o 5. NOT VALID WIT OIJT ALL$HE TS. PG. = PAGE c g LI s N R/W = RIGHT-OF-WAY REV. = REVISION X"_ ", SEC. = SECTION g 8 H SCOTT R. URQUH, " _ PROFESSIONAL SURVEYOR AND MAPPER FLORIDA CERTIFICATE NO. 6524 ° ° (FOR THE FlRIVI - LB 8336) W o SIGNED THI,S.,_, ) DAY OF 0C40(36P , 2024 SEE SHEETS 2&3 OF 3 FOR SKETCH 3 a• g0 cc SKETCH&-DESCRIPTION +� 6670 Zip Drive A LYING I I LAND iT2 utility Fort Myers,7.0722 OF 3 LYING WITHIN a ■i Te1:239.277.0722 SECTION 33,TOWNSHIP 50 SOUTH,RANGE 26 EAST engineers Fax:239.277.7179 SKETCH & DESCRIPTION EXHIBIT "A" 1 6 R 1 A TRACT OF LAND LYING WITHIN SECTION 33, TOWNSHIP 50 SOUTH, RANGE 26 EAST COLLIER COUNTY, FLORIDA MATCH LINE "A" C 100 0 50 100 T.3 51) ! -11 T 7) 1 1 inch = 100 ft. ° ON INTENDED DISPLAY SCALE z Ki: = K D OK N 05 N W UI > t0al C . c -- r z m rn Cl) Z 8N CC m o m = Z w z o PARCEL I.D. NO. 00447480005 cn O.R. 3420, PG. 1673 c o m m IV O< c Cl) w -< -I -I m o mx w m Omm Dr r n m w 0 m �_ D O co, O w z -< o p - r mntcl. mrn o cn = 0 —1 S Iul N ce I-iu PARCEL I.D. NO. 00447280001 7 W , M `�x-D ADDRESS: N/A -- ,- 0 - A`� (O.R. 6184, PG. 1853) a LO o 1?.? 00 N 0 Sr r 12we y z LLI- Z a N 89°59'07" E m W 5 a 2438.67' COW o JW PROTECTED CONSERVATION " CD C Y m W EASEMENT AREA ' +/- 55,671.17 SQ. FT. OR r 1.28 ACRES w > mw 00 m0 Q a 0 0o0 Z o � UK 1 D S 35°33'28"W 400.00' W o 8 PARCEL I.D. NO. 00447240009 o N 2 N 54°26'32"W 109.16' ADDRESS: 3784 EXCHANGE AVENUE (O.R. 6120, PG. 2842) z ° (NOT A PART) Z W 3 SEE SHEET 1 OF 3 FOR DESCRIPTION a i ii SKETCH&DESCRIPTION iT2utility Fort5670My Zip Drive A TRACT OF LAND Myers,7.L 722 2 OF 3 LYING WITHIN Tel:239.277.0722 SECTION 33,TOWNSHIP 50 SOUTH,RANGE 26 EAST engineers Fax:239.277.7179 SKETCH & DESCRIPTION EXHIBIT A 1 6 . A TRACT OF LAND LYING WITHIN I— --- SECTION 33, TOWNSHIP 50 SOUTH, RANGE 26 EAST COLLIER COUNTY, FLORIDA /P9 7. N 35°33'28" E 400.00' I PARCEL I.D. NO. 00447840001 I ADDRESS: 11800 TAMIAMI TRAIL 100 0 50 100 1 inch = 100 ft. INTENDED DISPLAY SCALE z 01 0 rn PARCEL I.D. NO. cn G'N 00447200007 criADDRESS: N/A rn W N 0 o m O o cn O c < o m o r- z Zo al W N it Lu I—O °, W coo F W m N PARCEL I.D. NO. x z a 00447160008 a w ix ADDRESS: N/A o y W ceW im ,_ w W arez o >m LL i- a (5 = J OD CD ce W R Q (7 dZ a O O W o -n f5W m NiY D ` w T N m z G PARCEL I.D. NO. w m w 00447120006 a = W a ° 3 0 ° O.R. 2451, PG. 752 0 g w . 0 J O K J O O F MATCH LINE "A" U N o Z.. o Z U Z O -Wj � N SEE SHEET 1 OF 3 FOR DESCRIPTION § a i L SKETCH&DESCRIPTION 56702ip Drive A TRACT OF LAND \'''tv Fart Myers,FL 33905 3 OF 3 LYING WITHIN + Tel:239.277.0722 SECTION 33,TOWNSHIP 50 SOUTH,RANGE 26 EAST engineers Fax:239.277.7179 SKETCH & DESCRIPTION , 6 R1 EXHIBIT B CONSERVATION EASEMENT DEDICATION AREA LYING WITHIN SECTION 33, TOWNSHIP 50 SOUTH, RANGE 26 EAST COLLIER COUNTY, FLORIDA I • -�=� •\ Naples. 27 2' Manors z �/ , 3 2 1 _,It ��l� MEAD / A34 951 31 / '\ H 35 �� %�A �ir 6 ;:.:.:.:.... 5 4 -- • I1 > 2 S..:. _ DESCRIPTIONVICINITY MAP (NOT TO SCALE) A PARCEL OF LAND LYING WITHIN SECTION 33,TOWNSHIP 50 SOUTH, RANGE 26 EAST, BEING A PORTION OF THE LANDS AS DESCRIBED IN OFFICIAL RECORDS BOOK 6184, PAGE 1853, PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCING AT THE SOUTHWEST CORNER OF SECTION 33,TOWNSHIP 50 SOUTH, RANGE 26, EAST, COLLIER COUNTY, FLORIDA;THENCE ALONG THE WEST LINE OF SAID SECTION, N 02°35'33 E FOR 1321.79 FEET;THENCE N 89°59'07"E FOR 2438.67 FEET TO THE SOUTHWESTERLY LINE OF THE LANDS DESCRIBED IN OFFICIAL RECORDS BOOK 6184, PAGE 1853, PUBLIC RECORDS OF COLLIER COUNTY;THENCE S 54°26'32"E ALONG SAID LINE FOR 109.16 FEET TO THE SOUTHEASTERLY LINE OF SAID LANDS;THENCE N 35°33'28"E ALONG SAID LINE FOR 58.70 FEET TO THE POINT OF BEGINNING;THENCE N 50°32'47"W FOR 168.80 FEET; THENCE N 35°33'28"E FOR 324.83 FEET TO A POINT ON A LINE LYING FIVE FEET SOUTHWEST AND PARALLEL TO THE SOUTHERLY RIGHT-OF-WAY LINE OF U.S.41 (TAMIAMI TRAIL); THENCE S 54°26'32"E ALONG SAID LINE FOR 168.41 FEET TO THE NORTHWESTERLY LINE OF THE LANDS AS DESCRIBED i IN OFFICIAL RECORDS BOOK 6120, PAGE 2842, PUBLIC RECORDS OF COLLIER COUNTY; THENCE S 35°33'28"W ALONG vi W SAID LINE FOR 336.30 FEET TO THE POINT OF BEGINNING. u N M Ilio )- w_ "+ s z < z NOTES: aLUo w O y 0 1. THE CERTIFICATE OF AUTHORIZATION NUMBER OF T2UES, INC. IS LB-8336. a w z 2. BEARINGS SHOWN ARE BASED ON THE SOUTHWESTERLY LINE OF U.S. 41 AS BEING S • I- g 54°26'32" E. . W• W a 3. LEGAL DESCRIPTION AND SKETCH OR THE COPIES THEREOF ARE NOT VALID WITHOUT THE E z 0. SIGNATURE AND THE ORIGINAL RAISED SEAL OF A FLORIDA LICENSED SURVEYOR AND LL� MAPPER. 4. ADDITIONS AND DELETIONS TO SURVEY MAPS OR REPORTS BY OTHER THAN THE SIGNING N m Y N N PARTY OR PARTIES IS PROHIBITED WITHOUT WRITTEN CONSENT OF THE SIGNING PARTY OR ' PARTIES. 5. NOT VALID WITHOUT ALL SHEETS. } .3m0 _ Z o 3g >W E w 0 w 0 U J J SCOTT R. UR HART • " c, so PROFESSIONAL SURVEYOR AND MAPPER 0 FLORIDA QERTIFICATE_NO. 6524 z z (FOR THE FIRM - LB 8336) Z W 3 La SIGNED THIS,"[::,O DAY OF YiO16 ' , 2024 SEE SHEET 2 OF 2 FOR SKETCH o a i i EXHIBIT B SKETCH&DESCRIPTION 5670 Zip Drive CONSERVATION EASEMENT DEDICATION AREA 4:T2 I YY� il.}7i�/ Fort Myers,FL 33905 1 OF 2 LYING WITHIN Te1:239.277.0722 SECTION 33,TOWNSHIP 50 SOUTH,RANGE 26 EAST engineers Fax:239.277.7179 SKETCH 86 DESCRIPTION 16 R1 EXHIBIT B CONSERVATION EASEMENT DEDICATION AREA LYING WITHIN SECTION 33, TOWNSHIP 50 SOUTH, RANGE 26 EAST COLLIER COUNTY, FLORIDA ABBREVIATIONS ,f FT. =FOOT/FEET INC. =INCORPORATED LB =LICENSED BUSINESS 00 0 50 00 O.R. =OFFICIAL RECORD BOOK NO. =NUMBER P.O.B. =POINT OF BEGINNING P.O.C. =POINT OF COMMENCEMENT PG. =PAGE 1 inch = 100 ft. O REV. =REVISION INTENDED DISPLAY SCALE SEC. =SECTION cc w z cc O az u) N m w Q Lc,) w (j I M in M PARCEL I.D.NO.00447480005 WzD o w N (NOT A PART) 11 d cn cr) o Z PARCEL I.D.NO.00447280001 ADDRESS: N/A J (O.R.6184,PG.1853) /)1 ` Li � 5.00' s N 35°33'28" E 324.83' F ce N 00 o F- 5 p co W " o CO Oil Ill W in CO W to x Z a%- N o PROTECTED CONSERVATION LLI w a w W N 89°59'07"E 2438.67' M 06 • EASEMENT AREA J " ° ' (7 W Lo ^ N $ IX w 4 N co +/-55,671.17 SQ. FT. OR El g Q LL re a CO m Z cN 1.28 ACRES N . 0 a a a. (n co C ,,rr O W N Z S 35°33'28"W 336.30' 1 �� S 35°33'28"W 400.00' �—� O- 1 w, , D CO C N Y N Q 03 P.O.B. PARCEL I.D.NO.00447240009 vt ADDRESS:3784 EXCHANGE AVENUE " (O.R.6120,PG.2842) w > m w (NOT A PART) o Z Y o G O U K W . W Li 2 U O O E, U N m 0 . 0 N N O Z Z c~i z o Z W —N SEE SHEET 1 OF 2 FOR DESCRIPTION F a - w EXHIBIT B SKETCH&DESCRIPTION Y 5670 Zip Drive CONSERVATION EASEMENT DEDICATION AREA tilit Fart Myers,FL 33905 2 OF 2 LYING WITHIN T2 Y Tel:239.277.0722 SECTION 33,TOWNSHIP 50 SOUTH,RANGE 26 EAST engineers Fax:239.277.7179