Loading...
Agenda 07/08/2025 Item #16F 6 (award Invitation to Bid No. 24-8288 and award Invitation to Bid No. 24-8288S)7/8/2025 Item # 16.F.6 ID# 2025-2201 Executive Summary Recommendation to award Invitation to Bid No. 24-8288, “Grounds Maintenance – County Facilities,” Zones 1, 2, and 3 to Mainscape, Inc., as Primary Vendor; Superior Landscaping & Lawn Service, Inc., as Secondary Vendor for Zone 1; and to award Invitation to Bid No. 24-8288S, “Grounds Maintenance – County Facilities – Supplemental,” for Zone 4 to Mainscape, Inc., as Primary Vendor, and to A&M Property Maintenance, LLC, as Secondary Vendor, and authorize the Chairman to sign the attached Agreements. OBJECTIVE: To select vendors to perform grounds maintenance at County facilities in a fair and competitive manner, in accordance with the procurement ordinance. CONSIDERATIONS: The Facilities Management Division is responsible for overseeing grounds maintenance services, including landscaping and irrigation system repairs, at over 60 County locations. These include the main government campus, sheriff substations, the North Government Center, Heritage Bay Government Center, and County libraries. Services provided include mowing, edging, weed control, tree trimming, mulching, and debris and trash removal. The County is divided into four zones. Zone 1 encompasses the main government campus. Zone 2 generally covers the areas north and west of the government campus. Zone 3 includes the greater Golden Gate and Lely areas. Zone 4 spans facilities from Immokalee to Marco Island and Everglades City. On November 5, 2024, the Procurement Services Division issued Invitation to Bid ("ITB") No. 24-8288, Grounds Maintenance – County Facilities. By the December 12, 2024, deadline, the County had received five bids as summarized below: Respondents: Company Name City County State Bid Amount Responsive/ Responsible Mainscape, Inc. Naples/Bonita Springs Collier/Lee FL Zone 1: $271,449.00 Zone 2: $292,548.00 Zone 3: $303,663.00 Yes/Yes Superior Landscaping & Lawn Service Inc. Ft. Myers Lee FL Zone 1: $287,772.20 Zone 2: $564,187.04 Zone 3: $754,376.78 Zone 4: $599,493.35 Yes/Yes BrightView Landscape Services, Inc. Naples/Ft. Myers Collier/Lee FL Zone 2: $366,395.00 Zone 3: $391,199.00 Yes/Yes Synergy Contracting Group Inc Bowling Green Warren KY Zone 1: $150,544.85 Zone 2: $196,676.00 Zone 3: $211,652.00 Zone 4: $192,386.00 No/Yes A&M Property Maintenance LLC Ave Maria Collier FL Zone 4: $875,570.00 No/Yes Mainscape, Superior, and BrightView were deemed responsive and responsible, with minor irregularities. Synergy Contracting was found non-responsive for failing to submit all required licenses. A&M Property Maintenance was non- responsive for Zone 4 for failing to price all required line items. Due to receiving only one responsive and responsible bid for Zone 4, staff elected to resolicit that zone and proceed with awards for Zones 1–3 only. When the proposed agreement was presented to BrightView for signature as the secondary vendor, the vendor became unresponsive to staff’s multiple attempts to contact it by email and telephone to finalize the Page 3126 of 4096 7/8/2025 Item # 16.F.6 ID# 2025-2201 agreement. Staff then evaluated Superior’s pricing as the next lowest responsive bid but found it to be 54% higher for Zone 2 and 93% higher for Zone 3. Due to the significant price disparity, staff recommends no award for a secondary vendor in Zones 2 and 3. Staff recommends awards for ITB No. 24-8288 as follows: • Primary Vendor – Zones 1, 2, and 3: Mainscape, Inc. • Secondary Vendor – Zone 1: Superior Landscaping & Lawn Service Inc. Mainscape and Superior both hold existing contracts with multiple County divisions, including Road Maintenance, Public Utilities, and Parks Zone 4 – Supplemental – ITB No. 24-8288S The County resolicited Zone 4 under ITB No. 24-8288S on March 10, 2025. Four bids were received by the April 9, 2025, deadline as summarized below: Respondents: Company Name City County State Bid Amount Responsive / Responsible Mainscape, Inc. Naples/Bonita Springs Collier/Lee FL $396,366.00 Yes/Yes A&M Property Maintenance, LLC Ave Maria Collier FL $523,458.50 Yes/Yes Superior Landscaping & Lawn Service Inc. Ft. Myers Lee FL $599,493.35 Yes/Yes Synergy Contracting, LLC Clearwater Pinellas FL $192,841.00 No/Yes Mainscape, A&M, and Superior were deemed responsive and responsible. Synergy was deemed non-responsive due to incomplete licensing documentation. Staff recommends awarding the contract for Zone 4 as follows: Recommended Awards for ITB No. 24-8288S: • Primary Vendor – Zone 4: Mainscape, Inc. • Secondary Vendor – Zone 4: A&M Property Maintenance, LLC Both recommended vendors currently provide landscaping services under other County contracts. The attached agreements for all awarded zones will have an initial two-year term with two optional two-year renewals. Agreement No. 20-7685, which currently provides services for all four zones, will terminate on July 13, 2025, concurrent with the start of the new contracts, pending Board approval. This item is consistent with the Collier County strategic plan objective to provide quality public amenities and Page 3127 of 4096 7/8/2025 Item # 16.F.6 ID# 2025-2201 recreational opportunities. FISCAL IMPACT: The budget for this contract is provided in the Facilities Management Cost Center (0001-122255). Other County Manager Divisions utilizing this contract will provide funding from their respective budgets. The estimated annual cost for routine services is $1,264,000. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To award Invitation to Bid No. 24-8288, “Grounds Maintenance – County Facilities,” Zones 1, 2, and 3 to Mainscape, Inc., as Primary Vendor; Superior Landscaping & Lawn Service, Inc., as Secondary Vendor for Zone 1; and to award Invitation to Bid No. 24-8288S, “Grounds Maintenance – County Facilities – Supplemental,” for Zone 4 to Mainscape, Inc., as Primary Vendor, and to A&M Property Maintenance, LLC, as Secondary Vendor, and authorize the Chairman to sign the attached Agreements. PREPARED BY: Prepared By: Todd Fiedorowicz, Contract Administration Specialist, Facilities Management Division ATTACHMENTS: 1. 24-8288 Solicitation 2. 24-8288_Mainscape_Bid Submittal Combined 3. 24-8288_Superior_Bid Submittal Combined 4. 24-8288 Bid Tabulation 6.23.25 R1 5. 24-8288 NORA 6. 24-8288 Mainscape COI Exp 10.1.5(GL,AL,UL,WC) 7. 24-8288 Superior COI Exp 12.1.25(GL,UL,WC,AL) 8. 24-8288 Mainscape CAO VS 9. 24-8288 Superior VS 10. 24-8288S Solicitation - Supplemental 11. Mainscape, Inc. - Response Document - Final 12. A&M PROPERTY MAINTENANCE, LLC - Response Document - FINAL 13. 24-8288S Bid Tabulation - Supplemental 14. 24-8288S NORA Signed 15. 24-8288S Mainscape COI Exp 10.1.5(GL,AL,UL,WC) 16. 24-8288S A& M Property COI Exp 12.6.25(GL,UL,WC,AL) 17. 24-8288S Mainscape VS 18. 24-8288S A& M Property VS Page 3128 of 4096   COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR GROUNDS MAINTENANCE – COUNTY FACILITIES SOLICITATION NO.: 24-8288 SARAH HAMILTON, ASSISTANT PROCUREMENT DIRECTOR PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8987 Sarah.Hamilton@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Bidder may be grounds for rejection of the bid, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 3129 of 4096 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 24-8288 PROJECT TITLE: GROUNDS MAINTENANCE – COUNTY FACILITIES DUE DATE: THURSDAY, DECEMBER 5, 2024, at 3:00 PM EST PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl INTRODUCTION As requested by the Facilities Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. The County intends to establish an agreement(s) with qualified Contractor(s) to provide grounds maintenance on Collier County-owned facilities. Historically, county departments have spent approximately $4,000,000.00 over the term of the current agreements; however, this may not be indicative of future buying patterns. BACKGROUND The Collier County Facilities Management Division is responsible for the maintenance, landscaping, and repair of irrigation systems for more than 60 sites throughout Collier County. The selected Contractor(s) will be tasked with providing all necessary labor, tools, equipment, supplies, and maintenance to effectively execute the specified scope of work at these sites. The services to be rendered include but are not limited to mowing, edging, blowing, clean-up, weed control, general site trimming, tree trimming, debris and trash removal, mulching, inspection, testing, and maintenance of irrigation systems. Additionally, the Contractor(s) will be responsible for applying fertilizers, insecticides, pest control measures, and any other specialty landscaping services as deemed necessary. TERM OF CONTRACT The contract term, if an award(s) is/are made, is intended to be for two (2) years with two (2) two (2) year renewal options. Prices shall remain firm for the initial term of this contract. The County reserves the right to seek services outside of the awarded contract. A Purchase Order shall survive contract expiration to allow completion of work commenced prior to the contract expiration date. Blanket Purchase Orders will not survive the contract expiration date. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the Page 3130 of 4096 solicitation.  It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County.  For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below:  Lowest total bid per Zone  Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to:  To Award a Primary, Secondary & Tertiary vendor per Zone  The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK Provide landscape and irrigation maintenance, pest control, fertilization, and related additional services to various Collier County-owned and operated sites. The Contractor(s) will provide all necessary labor, tools, equipment, supplies, and maintenance to effectively execute the specified scope of work across these sites. ZONES: Collier County Facilities Management has four zones for grounds maintenance. A county map with the boundary of each zone is attached to this solicitation. Yearly schedules for routine services with proposed days shall be submitted to the Division Representative or designee at the beginning of the contract and updated if there are any changes throughout the contract term. The Contractor will be expected to examine areas scheduled to receive the work under this agreement and locate conditions that will adversely affect the performance and quality of the work. The Contractor shall advise the Division Representative or designee of all such conditions and secure further directions from the Division Representative or designee as required. NOTE: Contractors may bid on one, multiple, or all zones. Each zone has Section 1.0 Routine Maintenance Services, Section 2.0 Additional Services, and Section 3.0 Markups. A. Zone 1: Collier County Government Complex  Zone 1 does not allow work on the Board of County Commissioner (BCC) regular Tuesday meeting days. A BCC calendar schedule will be provided before the contract kickoff meeting.  Complete routine services in two (2) consecutive days maximum for each frequency and on the same consistent days unless specific variances are approved in advance by the Division Representative or designee (i.e., the site must be scheduled on two (2) days of the week (i.e., Monday and Tuesday (non-BCC meeting date), Wednesday and Thursday or Thursday and Friday).  If routine services are not fully completed on the scheduled days, the Contractor may request approval for additional days from the Division Representative or designee. B. Zone 2 through Zone 4: Other site locations throughout Collier County, excluding the Government Main Campus.  Complete routine services in a one-day time frame for each frequency and on the same consistent day unless specific variances are approved in advance by the Division Representative or designee (i.e., A particular site must be scheduled on a specific day of the week (i.e., Monday, Tuesday, Wednesday, etc.)  The Contractor shall request approval from the Division Representative or designee for additional time to complete routine services. SPECIFICATIONS: This contract covers full landscape and irrigation maintenance and repair services. The Contractor is responsible for maintaining the landscape and irrigation. If the Contractor finds issues they deem “out of their control,” such as no irrigation water coming onto a site or available, the Contractor shall be responsible for contacting the Division Representative or designee to note and document the concern. Another example is a large area of turf that is dead for reasons other than neglect of services (such as someone driving over the area and removing or destroying the grass); the Contractor shall be required to replace and mitigate the area by emailing the Division Representative or designee, so they can either issue a work order or request an estimate to repair the area. Immediately following contract commencement and during the contract, the Contractor must document the issues, provide mitigation Page 3131 of 4096 proposals, and email them to the Division Representative or designee. No additional services are authorized unless approved by the Division Representative or designee. 1.0 Routine Services: The unit price includes labor, equipment, materials, tools, required reporting, transportation costs, insurance, overhead, and all necessary resources to perform the services. These services include: 1. Standard Services; 2. Irrigation Services 3. Mulching; 4. Canopy Tree & Palm Maintenance. It is the bidders' responsibility to understand each zone’s service area. The County will not accept requests for price increases because the vendor did not understand the service area for each property located in each zone(s). An aerial view of each site outlining the area to be serviced is provided as an attachment to the solicitation. All service areas include the right-of-way beyond any sidewalk. The frequency of routine service is as follows, but may be subject to change: 1. June – November (6 months) = Once a week 2. December – May (6 months) = Once every other week 1.1. Standard Services: These services include Mowing, Edging, Shrubs, Plants, and Groundcovers (General Site Trimming), Weed Control, Trash Removal, Pest Control, and Fertilization.  No debris shall be left upon completion of the work performed. All leaves, branches, debris, and trimmings shall be cleared from the site(s).  After mowing and edging, the Contractor will ensure that all sidewalks and curbs are blown clean, but no clippings or other debris shall be blown, deposited on adjacent property, accumulated on right-of-way areas, or disposed of in storm sewer drains. 1.1.1. Mowing:  All turf, including right-of-way, shall be mowed with mulching-type mower equipment to eliminate the need to bag and transport grass clippings; should bagging be necessary, the bagged clippings shall be collected and removed at no additional cost to the county. Grass shall be cut at an optimal height based on turf type using the current techniques and standards approved by the University of Florida, Institute of Food and Agriculture Services (UF/IFAS), which can be found at https://edis.ifas.ufl.edu/publication/LH028.  The Contractor shall use alternate mowing practices, patterns, or equipment to avoid creating wheel ruts or worn areas on the turf. Any areas of turf that become water-soaked during the period of this Contract shall be mowed with twenty-one-inch (21” +/-) diameter hand walk-behind type mowers to prevent wheel ruts in the turf caused by heavier type self-propelled rider mowers. The Contractor shall be responsible for repairing any ruts caused by their mowers at no additional cost to the county.  Median strips shall be mowed as needed for a well-maintained appearance as determined by the Division Representative or designee.  Before mowing, inspect blades to ensure they are sharp to provide a clean cut, and mowers are adjusted at the proper height for the specific turf's optimal height. NOTE: Mowing does not include the specialty plant beds located around the University Extension Office or the interior of the Collier County Museum. 1.1.2. Edging  Mechanical edging on the turf shall be done with each mowing along all sidewalk edges, back of concrete curbs, around all plant beds, utility service boxes, signposts, posts, valve boxes, sprinkler heads, and all other areas deemed necessary by the Division Representative or designee.  NO EDGING around trees or shrubs with a string trimmer will be permitted. Grass root runners found in edged plant beds shall be removed.  No chemicals shall be used for edging. NOTE: Edging does not include the specialty plant beds around the University Extension Office or the interior of the Collier County Museum. Page 3132 of 4096 1.1.3. Shrub, Plant and Groundcover Maintenance  Inspect groundcovers and shrubs and prune during service or on an as-needed basis to maintain the proper or required heights for visibility between 18 inches to a maximum height of 24 inches, vehicular movement purposes, and desired shape or form as determined by the Division Representative or designee. The Contractor will be notified by the Division Representative or designee to immediately trim plant materials that exceed the maximum height. Notify the Division Representative or designee within one (1) week of identification of any diseased or dying trees, shrubs, etc., so appropriate action can be taken.  Shrubs shall be trimmed as necessary to maintain a sculpted appearance and provide proper visibility for traffic flow, visual screening, pathway clearance, and landscape buffers. Prune shrubs to provide a uniform shape, fullness, and blooms. Shrub pruning should be done consistently throughout each site for all shrub types that require pruning so that the landscape gives the appearance of continuity.  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 maintaining landscaping or pedestrians.  Prune ornamental grasses during October and April (or as directed by the Division Representative or designee), only after the blooming season, at the plant base to remove old growth. Do not cut grasses in a flat-top method. The varieties may include but are not limited to Fountain, Muhly, Florida Gama, Flax Lilly, Liriope Muscari, and Fakahatchee grasses.  Groundcovers and grasses are not allowed to grow over curbs, onto paved areas, or pedestrian walkways.  Trim plants 18 inches from the irrigation heads to maintain uniform irrigation distribution patterns in areas for which trimming would maximize irrigation performance without damaging the visual appearance of surrounding vegetation.  Remove pruning and trimming debris at each service.  The Contractor shall be responsible for replacing dead or injured plants and shrubs due to Contractor negligence at no additional cost to the County. NOTE: Shrub/plant maintenance does not include the specialty plant beds around the University Extension Office or the interior of the Collier County Museum. 1.1.4. Weed Control  Weed plant beds, mulched areas, and rock beds, including medians. Perform weeding at each zone service to ensure a reasonably weed-free and visually well-maintained area.  The Contractor shall remove all weeds by hand, with or without chemical treatment.  If chemicals are used, they must be Roundup or an equivalent, around plants, etc., with care taken to avoid damage to existing plant material.  The Contractor shall use the appropriate method to remove all weeds from sodded or grassed areas. NOTE: Weeding does not include the specialty plant beds located around the University Extension Office or the interior of the Collier County Museum. 1.1.5. Pest Control: The unit price includes the certified operator, labor, equipment, and chemicals to perform the work. The Contractor shall provide an Integrated Pest Management (IPM) plan. Pests and plant diseases should be identified properly and treated according to University of Florida/Institute of Food and Agricultural Sciences (UF/IFAS) IPM practices (ENY-298, https://edis.ifas.ufl.edu/publication/in109) following minimum standards following contract commencement. The unit price includes overall ornamental and turf spraying of plants, shrubs, and grassed areas. The Contractor shall provide an overall written pest and spray program that includes ant control. The Contractor shall inspect sites at each service and provide written reports to the Division Representative or designee when pests are present. Page 3133 of 4096  Describe procedures, methods, and techniques that will enhance the environment.  Provide maximum protection for the health, safety, and welfare of the public and the environment.  Provide Safety Data Sheets for chemicals upon request.  Provide signage where applicable. 1.1.5.1. Methods of Application  All chemicals must be applied in accordance with the corresponding chemical label(s).  One hundred percent (100%) coverage and penetration shall be provided. Insecticides and fungicides shall be applied at the proper pressure to provide maximum coverage.  Insecticides should be alternated as necessary to prevent insect resistance to the application.  Herbicides used in turf areas shall be applied at the proper pressure.  Turf herbicides shall not be applied when the daily temperature exceeds eighty-five (85) degrees Fahrenheit.  When recommended by the label, the spreader sticker shall be incorporated into all spraying of groundcovers, shrubs, trees, palms, and turf areas.  Spray applications shall be applied during "No-Wind" conditions.  No trucks or tractors with bar-type tires or a gross weight greater than three thousand (3,000) pounds will be allowed within or on the median areas.  All spray applications shall contain a wetting agent or adjuvant within the mix when recommended by the label.  The pH of the water used in the mix must be adjusted to meet the pesticide manufacturer's recommendation, and the water pH and method must be documented for reproduction by the Division Representative or designee upon request. 1.1.5.2. Rate of Application: All chemicals shall be applied at the rates recommended on the manufacturer's labels. 1.1.5.3. Materials List: All insecticide, fungicide, and herbicide chemicals used on turf areas and plant materials shall be submitted to the Division Representative or designee for review and approval. All chemicals shall be Environmental Protection Agency (“EPA”) approved and should only be applied for their intended purpose and designated area of use. 1.1.5.4. Application Schedule: The number of applications shall be listed below unless otherwise required based on the site inspection reports.  Turf Areas:  Insecticides & Fungicides - Applications on an as-needed basis.  Herbicides—Apply post-emergent in November, January, and March, and/or as needed.  Groundcovers, Shrubs, and Trees:  Insecticides & Fungicides - Applications on an as-needed basis.  Bed Areas:  Herbicides – Apply post-emergent in November, January, and March, and/or as needed. 1.1.5.5. Application Records: Records of all pesticide applications must be kept. Documentation shall include but is not limited to the date and time of application, weather conditions at the time of application, what was applied, and the applicant's name. 1.1.5.6. Retreatment: The Contractor shall return to the work zone for additional spraying as directed by the Division Representative or designee due to non-performance of a required application treatment, at no cost to the county. NOTE: Pest control does not include the specialty plant beds located around the University Extension Office or the interior of the Collier County Museum. 1.1.6. Fertilization: The unit price includes certified operator, labor, equipment, and fertilizer to complete the work. Unless specified otherwise for a specific zone, the number of applications shall be based on plant nutritional needs and signs of nutrient deficiencies and in accordance with the Collier County Fertilizer and Urban Landscaping Ordinance No. 2019-18 (additional information can be found at Fertilizer & Urban Landscaping Ordinance (colliercountyfl.gov), Page 3134 of 4096 University of Florida Institute of Food and Agricultural Sciences (UF/IFAS) recommendations and Best Management Practices (BMPs):  No phosphorus fertilizer shall be used without a soil test that indicates a need for phosphorus.  No fertilizer shall be applied in the zones that receive reclaimed water (such as the government center) unless the landscaper has identified nutrient deficiencies and has discussed the application with the Division Representative or designee.  50 % or higher slow-release fertilizer is required.  No weed and feed or fertilizers containing insecticides shall be permitted.  Iron and macronutrient fertilizers will be used as needed.  Conduct soil tests with the Collier County UF/IFAS Extension office. Once the samples are analyzed, the fertilizer nutrient breakdown can be determined based on the soil's nutrient deficiencies. There is no additional cost to the county for soil tests.  All fertilizer shall be swept from sidewalks, driveways, and curbs. All fertilizer applications shall be granular slow- release. Use of BMPs for the number of applications and rates is required.  Palms and trees shall have a broadcast application of granular fertilizer as required (0-8 lbs.). No fertilizer rings around palms shall be permitted.  Landscaped areas within 30 feet of large established palms shall be fertilized with an 8-0-12, +4 Mg with Nitrogen (N). The fertilizer shall also contain 1-2 percent Iron (Fe) and Manganese plus trace amounts of zinc (Zn), copper (Cu), and boron (B). The Division Representative or designee shall approve any product used near palms in landscaped areas.  The Contractor shall adhere to the following guidelines.  If the fertilizer contains less than 50% of its nitrogen in a slow-release form, apply ½ pound of nitrogen per 1,000 square feet of lawn per application, according to labeling requirements.  Treat nutrient deficiencies with fertilizer application recommendations per Florida Yards & Neighborhoods Standards ( Florida Yards and Neighborhoods Program | Collier County Extension - UF/IFAS Extension Collier County (ufl.edu) and the recommendation of soil testing agencies such as the University of Florida Extension Agency.  When it becomes necessary for the Contractor to return for an additional application as directed by the Division Representative or designee due to non-performance of a required application, such shall be performed at no cost to the county.  Nutrient deficiencies shall be treated with supplemental applications of the specific lacking nutrient according to UF/IFAS Extension recommendations. NOTE: Fertilization does not include the specialty plant beds located around the University Extension Office or the interior of the Collier County Museum. 1.1.7. Trash Removal: At each zone service, including parking lots, driveways, and medians, clean the areas of trash or debris, including, but not limited to, any loose debris such as paper, bottles, glass, cans, cigarette butts, and other waste, and horticultural debris.  Perform debris or trash pickup before mowing turf.  Inspect and empty all exterior trash containers at each visit to the facility to ensure a well-maintained appearance.  Dispose of trash and debris must be at a proper landfill or disposal site, at no additional cost to the County.  There is no onsite trash disposal allowed in the County’s waste and recycling containers. 1.2. Irrigation Services: The unit price includes labor and equipment to ensure the irrigation system is functioning properly. The Contractor shall perform the following irrigation services at each zone service frequency:  Check irrigation controllers in zones to ensure they are properly opening and closing. Report any zone not functionally operating to the Division Representative or designee immediately.  Check for system leaks.  Check pump station.  Inspect valves, control panels, zones, pumps, monitoring systems, and other components in the irrigation system monthly and reset zone times accordingly. Page 3135 of 4096  Check rotors for proper operation.  Inspect spray heads and clean screens.  Adjust spray patterns so they do not spray onto roadways, paths, or sidewalks.  Report broken sprinkler system parts, irrigation system issues, or damages to the Division Representative or designee for repair.  Clean filters.  Set timers.  Perform wet checks: bubblers, drip tubing, filters, rotors, and spray patterns.  Inspect rain moisture sensors to ensure they function throughout the year and in April before the rainy season.  Irrigate ½ inch – ¾ inch of water per irrigation cycle.  Flag damages and report immediately.  Submit a monthly irrigation report e-mailed to the Division Representative or designee describing the irrigation system's condition and replacement items.  Damages caused by the Contractor will be repaired at no cost to the County. 1.2.1. Within six months of the award, the Contractor will locate, inventory, and map all above-ground and underground irrigation control panels and valves. NOTE: Maintenance of Hoover Irrigation Pump systems is not included in this scope of work. NOTE: The Division Representative or designee will request an estimate from the Contractor for any minor or major irrigation repairs utilizing the “Additional Services” section on a time and materials basis. A work order will be issued for services requiring quick response, such as, but not limited to, spray pattern adjustments and irrigation breaks. NOTE: Irrigation maintenance does not include the specialty plant beds located around the University Extension Office. 1.3. Mulching: The unit price includes labor, equipment, mulch, and installation. The mulch color is dark brown, the Division Representative or designee must review and approve a mulch sample.  Mulch Specification: A premium mulch manufactured exclusively from natural wood fiber contains NO reconstituted dimensional pressure-treated lumber, minus 3-1/2 inches of shredded wood free from contaminates. These materials are primarily derived from recycled materials such as land clearing.  Mulch Application  Remove weeds and debris and prepare the area before installing mulch.  Mulch planting beds, jogging paths, parking lot heads, and all other mulched areas between October through January.  Do not place mulch at the base of tree and palm trunks and plants.  Install mulch six inches (6”) away from the tree or palm trunks.  Install mulch so there are three inches (3”) of mulch.  Remove mulch from hardscape areas. NOTE: Mulching does not include the specialty plant beds located around the University Extension Office or the interior of the Collier County Museum. 1.4. Canopy Tree, Palm Tree, and Shrub Maintenance: The unit price includes a certified arborist, labor, equipment, materials, removal, and disposal. Canopy trees shall be defined as any large shrub, tree, or palm with foliage. A professional certified arborist shall supervise the pruning and shaping. The work shall be done professionally in accordance with ANSI 300, Part 1, 2, & 3 Pruning Standards. Note: Trimming and pruning in parking lots will be done outside regular business hours or on weekends or County-observed holidays to prevent vehicle damage. The Contractor shall incorporate this routine service outside of regular business hours in the proposed routine service rate. Collier County will not accept any additional charges for this routine service performed outside regular business hours.  Trim canopy and palm trees as needed.  Trim canopy and palm trees in May in preparation for hurricane season. Page 3136 of 4096  Trim and prune canopy and palm trees to maintain a 15’ canopy clearance over the roadways and a 10’ canopy clearance in parking lots and pathways.  Trim palms and trees to maintain clearance over building roofs and a two foot (2’) minimum clearance from building exteriors.  Trim to remove brown or partially browning palm fronds, nuts, and seed stalks.  Do not climb palms to remove the fronds and seed pods.  Follow the 9 o’clock to 3 o’clock rule for palm frond removal. Only remove fronds that hang below the imaginary horizontal line at 9 o’clock to 3 o’clock positions. It is recommended to use a ladder, boom truck, or lift to access to the fronds. The Contractor must provide equipment to perform the work, at no additional cost to the county.  Pruning includes removing water sprouts, suckers, and any dead or diseased foliage or branches. There shall be no collar or stub cuts, gutting, topping, or over lifting.  Heavy pruning may require a lift or boom truck. The adjacent traffic or turn lane to the work area will require lane closure according to the Temporary Traffic Control (TTC) Policy (Sections 4.5 and 4.6).  Canopy trees below 10’ shall be kept adequately pruned.  Additional trimming of individual trees to maintain proper appearance and safety and proper maintenance or treating/trimming diseased areas may be required at the discretion of the Division Representative or designee.  The Contractor shall maintain all palm species, including those identified as “self-cleaning.”  Remove debris and trimmings on the same day as service. The work zone shall be left neat and clean, or the Contractor may be requested to return to the work zone to cleanup at no additional cost to the county.  Damages caused from incorrect pruning will result in the exact replacement at the Contractor’s expense. NOTE: Tree/Palm trimming does not include the specialty plant beds located around the University Extension Office or the interior of the Collier County Museum. 2.0 Additional Services: This section is for services beyond the scope of routine services. The Division Representative or designee may request an estimate using additional services line items and/or markups, choose to utilize another Contract, or request quotes off contract (other Contractors not under the agreement) following the Procurement Ordinance for informal purchases. The Division Representative or designee will contact the Contractor and request a written estimate for work not included in routine services. The Contractor shall email the Division Representative or designee a written estimate with itemized costs within three (3) business days from the original request or an agreed-upon date. No work shall start without a purchase order and notification from the Division Representative or designee.  The Contractor’s supervisor will be on-site for work exceeding $3,000.  The Contractor’s supervisor will be available on-call for work under $3,000. 2.1. Labor Hours: These hours are for non-routine landscape and irrigation maintenance services as requested by the Division Representative or designee.  Regular business hours are Monday through Friday from 7:00 a.m. to 5:00 p.m.  ** Overtime (OT) rates are Monday through Friday from 5:01 p.m. to 6:59 a.m., County observed holidays and weekends.  OT hours will require pre-approval by the Division Representative or designee approving the OT.  OT rate is 1.5 times the hourly unit price. 2.1.1. Landscape Personnel Labor Hours: These hours are for additional services for landscape maintenance as requested by the Division Representative or designee. 2.1.1.1. Landscape Laborer 2.1.1.2. Landscape Supervisor 2.1.2. Irrigation Personnel Labor Hours: These hours are for additional services for irrigation minor or major maintenance, service, and repair as requested by the Division Representative or designee. 2.1.2.1. Irrigation Technician 2.1.2.2. Irrigation Supervisor Note: Types of irrigation system maintenance service under additional services that may be requested include, but are not limited to, valve box replacements, filter replacements, bubblers, rotors, replacing and replacing broken irrigation lines or Page 3137 of 4096 heads (requires a 24-hour response from when notified), irrigation pump repairs or monitoring system notification issues (requires a 24-hour response from when notified), and rain moisture sensors repairs. 2.3. Equipment: The hourly unit price for rental equipment includes delivery and return, equipment, fuel, labor, and supplies. The Contractor shall email an estimate to the Division Representative or designee for pre-approval before renting the equipment. 3.0 Markup: Percentage markups apply when additional services are needed. There is no markup on ancillary charges, taxes, and freight/shipping. 3.1 Landscape Material Markup: A 15 percent markup on landscape materials will be allowed. The Contractor shall provide receipts with the invoice for reimbursement of materials exceeding $500.00. Materials below $500.00 may require itemized (part and cost) records for reimbursement. 3.2 Irrigation Material Markup: A 30 percent markup on irrigation parts. 3.3 Equipment Markup: A 15 percent markup for equipment for non-routine maintenance services (additional services). The Contractor shall email an itemized estimate to the Division Representative or designee to approve rental equipment. 3.4 Subcontractor Markup: A 15 percent markup for subcontractor services for non-routine maintenance services (additional services). The Contractor shall email the Division Representative or designee an estimate to approve subcontractor services. All subcontracting requires prior approval from the Division Representative or designee. 4.0 General Information 4.1. Licenses and Certifications: The Contractor shall have valid certifications and licenses throughout the contract term and subsequent renewal periods. Submit the following with bid submission or prior to Notice of Recommended Award (NORA): Certifications  International Society of Arboriculture (ISA) Certification  Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S.  Maintenance of Traffic (MOT) or Temporary Traffic Control (TTC), Intermediate Level Certification.  Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S.  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, if applicable. Each ID card must be an employee of the licensed company and work under the direct supervision of the certified operator. Chapter, 482.091 F.S. Licenses  Collier County Landscape Restricted & Collier County Irrigation License, or Collier County Landscape & Collier County Irrigation License; or Collier County Unlimited Landscape License (includes landscape and irrigation licenses). 4.2. Security, Background, Identification: The Contractor must comply with County Ordinance No. 2004-52, as amended. The ordinance authorizes criminal history record checks to be conducted by Facilities Management Division in accordance with Section 125.5801, Florida Statutes (2006), link: http://www.leg.state.fl.us/statutes/index.cfm?App_mode=Display_Statute&Search_String=&URL=01000199/0125/Sections/ 0125.5801.html  The link to Collier County’s webpage for Background Checks: https://www.colliercountyfl.gov/government/public- utilities/government-facilities/about-us/background-checks. The webpage provides the following information: Legal Requirements for Background Checks with a link to the ordinance, Scheduling for Fingerprints, Items to Bring, Accepted Payment Methods, Facilities Management Fingerprinting Location, and Questions, Comments, or Concerns contact information.  The Contractors providing services to the County under this agreement and requiring physical access to Collier County facilities or locations related to security or public safety shall be responsible for the cost of providing background checks for all contracted employees or other representatives, including all subcontractors at every tier (including vendors, repair persons, and/or delivery individuals). This may include but is not limited to, checking federal, state, and local law enforcement records, including state and FBI background screening, employment verifications, and other related records.  Collier County background checks are valid for five (5) years, and the Contractor shall be required to maintain records of each employee and make them available to the County throughout that specified term. 4.2.1. Identification Badges: All contracted employees and subcontractors must always wear and display Collier County Government identification badges while performing services at County facilities and managed properties. Page 3138 of 4096 4.2.1.1. Contractor ID badges are valid for one (1) year from the date of issuance. 4.2.1.2. Assigned badges can be renewed upon expiration at no cost to the Contractor during the five (5) period in which their background check is still valid. 4.2.2. Uniforms: All Contractors under this agreement shall wear appropriate attire that has the Contractor’s business name visibly displayed. 4.2.3. Contractor Employee or Subcontractor Separation: If a Contractor’s employee or subcontractor assigned to Collier County’s Contract separates employment, the Contractor is responsible to immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliercountyfl.gov). This notification is critical to ensure the continued safety and security of Collier County staff, customers, facilities, and systems. 4.2.3.1. Failure to notify within four (4) hours of separation may result in a $500 invoice deduction per incident. 4.2.3.2. Each badge must be returned to the Facilities Management Operations Center by the assigned expiration date printed on the badge or upon separation of employment of an employee or subcontracted employee. 4.2.4. Collier County Sheriff’s Office (CCSO) Get Fingerprinted: The CCSO requires separate fingerprinting prior to work being performed in any of their locations. The Contractor is responsible for all associated costs. This will be coordinated upon the award of the contract. A link to the CCSO website – Get Fingerprinted webpage: https://www.colliersheriff.org/how-do-i/get-fingerprinted. 4.3. Contractor Performance: If the Contractor's work performance under the agreement is unsatisfactory. 4.3.1. The Contractor shall immediately notify the county’s Division Representative or designee in writing if its ability to perform the work under the Contract is compromised in any manner. 4.3.2. The Division Representative or designee may utilize the Secondary Contractor if the Primary Contractor cannot provide the services as requested; the same applies to Secondary and Tertiary Contractors. If the Primary Contractor continually fails to provide service requests, the Contract may be terminated, and the Secondary Contractor will assume all work under the contract's terms. During any notice of default, breach, or suspension, the County shall have full authority to utilize the Secondary Contractor as the Primary Contractor. 4.4. Inspections: Following services, the Contractor must notify the Division Representative or designee that the work is complete. The Contractor will be notified when the finished work fails to comply with the Contract specifications. 4.4.1. The Contractor shall immediately cure the deficient work, ensuring it complies with the specifications. 4.4.2. The Contractor shall notify the Division Representative or designee when deficient work is ready for re-inspection. 4.4.3. The County may inspect the work or request photographic evidence. 4.4.4. The Contractor may be requested to provide the Division Representative or designee with photographs taken before the start of service and upon completion. 4.4.5. There will be no cost to the County for the Contractor to correct deficient work. 4.5. 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 as they apply to Florida Department of Transportation (FDOT Design Standards 600 series and The Manual on Uniform Traffic Control Devices (MUTCD) and Collier County Temporary Traffic Control policies. 4.5.1. The Contractor is responsible for maintaining TTC while performing services in the right-of-way and roadways. Safety in the work zone is the Contractor's sole responsibility. 4.5.2. The Contractor is responsible for the TTC plan and equipment setup. Any work zone safety issues require the Contractor's Certified TTC employee to meet the Division Representative or designee within twenty (20) minutes of the initial contact to address work zone safety issues. TTC setups that are non-compliant will cease operations until TTC is corrected per the FDOT standards and MUTCD. 4.6. Lane Closures: Monday through Friday lane closures are not permitted between 7:00 a.m. and 9:00 a.m. and 3:30 p.m. and 6:30 p.m. Lane closures require TTC with proper placement of lane-closed signs, pre-warning signs, arrow boards, traffic cones, etc. 4.6.1. (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. 4.6.2. Download and submit the Road Alert form using the following link: Page 3139 of 4096 https://www.colliercountyfl.gov/government/transportation-management-services/services/construction-and- maintenance-public-information/road-alerts 4.7. Work Commencement: The Contractor shall commence work with a purchase order issued by the Division Representative or designee. 4.8. Work Request Types: This agreement has three types of work requests: 1. Routine Services, 2. Additional Services, and 3. Work Orders. 4.8.1. The Division Representative or designee will issue a purchase order for routine services to start. The Contractor shall perform these services on a recurring monthly basis. 4.8.2. The Division Representative or designee will request work under additional services by requesting a written estimate from the Contractor to perform work. No work shall start without a purchase order and approval from the Division Representative or designee. 4.8.3. The Division Representative or designee will submit a service/work order for the Contractor to commence services for more urgent work requests (i.e. irrigation line breaks, irrigation spraying on sidewalks, etc.). These services need to be completed as directed by the Division Representative or designee. All work under this item must be discussed and approved by the Division Representative or designee before being performed. All service/work orders must be returned to the Division Representative or designee with an explanation of the work performed. Contractor Employees: The Contractor shall employ competent, physically capable personnel to work at all site locations. Each employee must maintain a neat appearance. A dedicated Site Foreman (“Foreman”) will be the primary contact and must be employed by the awarded Contractor. The foreman shall possess the authority to act on behalf of the Contractor in fulfilling the terms of the Contract. The Division Representative or designee retains the right to require the replacement of the foreman. 4.8.4. The Contractor shall provide a phone list of employees and titles who can be contacted immediately during unsatisfactory performance or an emergency. The phone list shall include phone numbers where the Contractor can be reached during business and non-business hours. The Division Representative or designee shall be able to reach the Contractor anytime in an emergency. 4.8.5. The Contractor shall employ competent, physically capable personnel at all site locations. Each employee must maintain a neat appearance. 4.8.6. The Contractor must promptly remove any of its employees from Collier County premises if the Division Representative or designee requests it and provide a replacement. 4.8.7. The Contractor shall promptly respond to site emergencies as agreed upon with the Division Representative or designee. 4.8.8. The Contractor must answer phone calls and emails related to emergencies within one (1) hour; at no additional cost. 4.8.9. In emergencies, the Contractor must be on-site within two (2) hours. Any on-site work during emergency response will be billed at the fee schedule rates. 4.9. 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. 4.10. Safety Data Sheets (SDS): The Contractor must comply with federal and state right-to-know laws if hazardous materials are used. SDS will be available and provided to the Division Representative or designee upon request. The Contractor is required to immediately report to the Division Representative or designee any spillage or dumping of hazardous material on Collier County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. 4.11. Utilities: The Contractor shall be responsible for exercising precautions while working near utilities. Before digging, Contractors must call Sunshine 811 at 811 or 800-432-4770, Monday – Friday from 7:00 a.m. – 5:00 p.m. Sunshine 811 needs two (2) full business days' notice. Any damage to utilities is the Contractor's sole responsibility and at no cost to the County. 4.12. 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. Complete any required repairs to the satisfaction of the Division Representative or designee, at no additional cost to the County. Repairs shall be completed before the Contractor's invoice for landscape maintenance services are submitted. 4.13. Noise Ordinance: When applicable, the Contractor must adhere to the City of Naples noise ordinance Chapter 22, Article II, Sec 22-37, concerning lawn, landscape, leaf blowers, and tree maintenance. Page 3140 of 4096 4.14. Permits: In accordance with Section 218.80 F. S., all fees, permits, and licenses necessary for the performance of the work shall be identified and obtained by the Contractor. All permit fees by Collier County shall be paid by the using department, including but not limited to Right-of-Way permits, if necessary. If the Contractor performs any work without obtaining, or contrary to such permits or licenses, the Contractor shall bear all costs arising from said work. 4.15. Work Hours: Regular business hours are Monday through Friday between 7:00 AM and 5:00 PM, excluding Collier County observed Holidays. Overtime (“OT”) hours are considered 6:59 AM and 5:01 PM on weekdays, weekends, and County Observed Holidays. OT hourly rate is 1.5 times the hourly rate on the fee schedule. 4.16. Records and Documentation: The Contractor will be responsible for accessing systems the Division uses for work requests under this Agreement. The Contractor will be required to update, complete, and close work requests and may be requested to attach before and after pictures, as necessary. The Contractor shall comply with public records laws, Chapter 119, 119.0701 F.S., link: http://www.leg.state.fl.us/statutes/index.cfm?App_mode=Display_Statute&URL=0100-0199/0119/0119.html. 4.17. Invoices: The Contractor may only charge hourly rates for hours worked at the job site. Itemize invoices to include service location and service dates. 4.17.1. A Purchase Order number must appear on each invoice. 4.17.2. The Division service/work order number must appear on each invoice if applicable. 4.17.3. Routine Services: submit proper invoices following the end of each month for services rendered during that month. 4.17.4. Non-Routine Services: submit proper invoices promptly upon completion of the scope of work. 4.18. Price Modifications: Price increase requests may be submitted prior to contract renewal. 4.18.1. The Contractor shall fully document and submit any requested adjustment at least 120 days prior to the contract renewal date. 4.18.2. All requests must be submitted in writing to the Contract Administrative Agent. 4.18.3. Price increase requests review may take over 60 days to complete. 4.18.4. Retroactive price adjustments are not authorized. 4.18.5. The Contractor shall provide supporting documentation justifying price increases (examples: Bureau of Labor Statistics, supplier material agreements, fuel increases, etc.). If there is no documented proof, price increases will not be considered. 4.18.6. The Contract Administrative Agent shall analyze prices to determine whether increases are fair and reasonable. 4.18.7. The Procurement Director has the authority to approve price adjustments in accordance with the Procurement Ordinance, as amended. 4.18.8. Price increases are not guaranteed. 4.19. Contract Modifications: The Division Representative or designee may add zone site locations through price negotiation in accordance with the Procurement Ordinance, as amended. Items, services, or site locations may be removed, or services reduced from the resultant agreement without the need for amendments and in accordance with the Procurement Ordinance, as amended. 4.20. Warranty 4.20.1. Materials, replacement parts, and fixtures shall be new with a 90-day warranty. 4.20.2. Repairs shall provide a ninety (90) day warranty. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients from the last five years whose projects are of similar work to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using Form 5 provided in OpenGov as part of the Required Forms. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. Page 3141 of 4096 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [MAINSCAPE] RESPONSE DOCUMENT REPORT GEN No. 24-8288 Grounds Maintenance - County Facilities RESPONSE DEADLINE: December 12, 2024 at 3:00 pm Report Generated: Friday, December 27, 2024 Mainscape Response CONTACT INFORMATION Company: Mainscape Email: lgarner@mainscape.com Contact: Loren Garner Address: 3451 Bonita Bay Blvd. Ste 101 Bonita Springs, FL 34134 Phone: (239) 229-9940 Website: N/A Submission Date: Dec 11, 2024 2:29 PM (Eastern Time) Page 3142 of 4096 [MAINSCAPE] RESPONSE DOCUMENT REPORT GEN No. 24-8288 Grounds Maintenance - County Facilities [MAINSCAPE] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance - County Facilities Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Dec 11, 2024 5:42 PM by Loren Garner Addendum #2 Confirmed Dec 11, 2024 5:42 PM by Loren Garner Addendum #3 Confirmed Dec 11, 2024 5:42 PM by Loren Garner QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. General Bid Instructions has been acknowledged and accepted.* Confirmed 3. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.* Confirmed 4. County Required Forms BID SCHEDULE* Please upload completed Bid Schedule in Microsoft Excel format. 24-8288_Bid_Schedule.xlsx Page 3143 of 4096 [MAINSCAPE] RESPONSE DOCUMENT REPORT GEN No. 24-8288 Grounds Maintenance - County Facilities [MAINSCAPE] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance - County Facilities Page 3 VENDOR DECLARATION STATEMENT (FORM 1)* 24-8288_Form_1_Vendor_Declaration_Statement_fe.pdf CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* 24-8288_Form_2_Conflict_of_Interest_fe.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (IF WORK PERFORMED IN THE STATE) - HTTP://DOS.MYFLORIDA.COM/SUNBIZ/ SHOULD BE ATTACHED WITH YOUR SUBMITTAL* 24-8288_Proof_of_Status_fe.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* 24-8288_Form_3_Immigration_Affidavit_fe.pdf E-VERIFY MEMORANDUM OF UNDERSTANDING OR COMPANY PROFILE PAGE* 24-8288_E-Verify_Memorandum_fe.pdf CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) IF APPLICABLE AND CLAIMING LOCAL VENDOR STATUS. 24-8288_Form_4_Cert_for_Claiming_Status_fe.pdf BUSINESS TAX RECEIPT Required if claiming Local Vendor Status. 24-8288_Business_Tax_fe.pdf REFERENCE QUESTIONNAIRES (FORM 5)* Completed reference forms. 24-8288_Form_5_reference_questionair_fe.pdf VENDOR W-9 FORM* Page 3144 of 4096 [MAINSCAPE] RESPONSE DOCUMENT REPORT GEN No. 24-8288 Grounds Maintenance - County Facilities [MAINSCAPE] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance - County Facilities Page 4 24-8288_W9_fe.pdf VENDOR ACKNOWLEDGES INSURANCE REQUIREMENTS AND IS PREPARED TO PRODUCE THE REQUIRED INSURANCE CERTIFICATE(S) WITHIN FIVE (5) DAYS OF THE COUNTY’S ISSUANCE OF A NOTICE OF RECOMMEND AWARD.* Confirmed LICENSES AND/OR CERTIFICATIONS* Refer to Solicitation documents (Section 4.1) for required licenses/certifications. 24-8288_Licenses_fe.pdf ALL SIGNED ADDENDA, IF APPLICABLE. 24-8288_All_Addendas_Signed_fe.pdf ALL OTHER REQUIRED DOCUMENTATION, AS APPLICABLE. 24-8288_Acknowledges_Insurance_Requirements_fe.pdf 24-8288_All_Supplemental_fe.pdf PRICE TABLES TOTAL BID AMOUNT PER ZONE Submit line-item pricing via Bid Schedule in Microsoft Excel format. Line Item Description Quantity Unit of Measure Unit Cost Total 1 TOTAL BID AMOUNT - ZONE 1 1 EACH $271,449.00 $271,449.00 2 TOTAL BID AMOUNT - ZONE 2 1 EACH $292,548.00 $292,548.00 3 TOTAL BID AMOUNT - ZONE 3 1 EACH $303,663.00 $303,663.00 Page 3145 of 4096 [MAINSCAPE] RESPONSE DOCUMENT REPORT GEN No. 24-8288 Grounds Maintenance - County Facilities [MAINSCAPE] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance - County Facilities Page 5 Line Item Description Quantity Unit of Measure Unit Cost Total 4 TOTAL BID AMOUNT - ZONE 4 1 EACH $0.00 $0.00 Page 3146 of 4096 Page 3147 of 4096 Page 3148 of 4096 Page 3149 of 4096 Page 3150 of 4096 Page 3151 of 4096 Page 3152 of 4096 Page 3153 of 4096 Page 3154 of 4096 Page 3155 of 4096 Page 3156 of 4096 Page 3157 of 4096 Page 3158 of 4096 Page 3159 of 4096 Page 3160 of 4096 Page 3161 of 4096 Page 3162 of 4096 Page 3163 of 4096 Page 3164 of 4096 Page 3165 of 4096 Page 3166 of 4096 Page 3167 of 4096 Page 3168 of 4096 Page 3169 of 4096 Page 3170 of 4096 Page 3171 of 4096 Page 3172 of 4096 Page 3173 of 4096 Page 3174 of 4096 Page 3175 of 4096 Page 3176 of 4096 Page 3177 of 4096 Page 3178 of 4096 Page 3179 of 4096 Page 3180 of 4096 Page 3181 of 4096 Page 3182 of 4096 Page 3183 of 4096 Page 3184 of 4096 Page 3185 of 4096 Page 3186 of 4096 Page 3187 of 4096 Page 3188 of 4096 Page 3189 of 4096 Page 3190 of 4096 Page 3191 of 4096 Page 3192 of 4096 Page 3193 of 4096 Page 3194 of 4096 Page 3195 of 4096 Page 3196 of 4096 Page 3197 of 4096 Page 3198 of 4096 Page 3199 of 4096 Page 3200 of 4096 Page 3201 of 4096 Page 3202 of 4096 Page 3203 of 4096 Page 3204 of 4096 Page 3205 of 4096 Page 3206 of 4096 Page 3207 of 4096 Page 3208 of 4096 Page 3209 of 4096 Page 3210 of 4096 Page 3211 of 4096 Page 3212 of 4096 Page 3213 of 4096 Page 3214 of 4096 Page 3215 of 4096 Page 3216 of 4096 Page 3217 of 4096 Page 3218 of 4096 The International Society of Arboriculture Hereby Announces That Has Earned the Credential ISA Certified Arborist ® By successfully meeting ISA Certified Arborist certification requirements through demonstrated attainment of relevant competencies as supported by the ISA Credentialing Council 31 October 2009 Issue Date Expiration Date Certification Number 31 December 2027 Caitlyn Pollihan CEO & Executive Director Maria Muhlhahn #0847 ISA Certified Arborist FL-6112A Page 3219 of 4096 CERTIFICATE OF COMPLETION VICTOR ILLESCAS Has Completed a FDOT Approved Temporary Traffic Control (TTC): Intermediate Course . 11/21/2023 Issue Date 11/10/2027 Expiration Date J. E Instructor 617315 Certificate No. Training Provider: Verify this Certificate by visiting www.motadmin.com A&SW Consultants, Inc. 5545 Benchmark Lane Sanford FL 32773 Phone: 386-788-9899 Page 3220 of 4096 Page 3221 of 4096 Page 3222 of 4096 Page 3223 of 4096 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8288 Grounds Maintenance - County Facilities RESPONSE DEADLINE: December 12, 2024 at 3:00 pm Report Generated: Friday, December 27, 2024 Superior Landscaping & Lawn Service Inc. Response CONTACT INFORMATION Company: Superior Landscaping & Lawn Service Inc. Email: jotero@superiorlandscaping.com Contact: Jesenia Otero Address: 2200 NW 23 Avenue Miami, FL 33142 Phone: N/A Website: N/A Submission Date: Dec 11, 2024 3:06 PM (Eastern Time) Page 3224 of 4096 [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8288 Grounds Maintenance - County Facilities [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance - County Facilities Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Nov 25, 2024 9:11 PM by Jesenia Otero Addendum #2 Confirmed Dec 10, 2024 9:04 PM by Jesenia Otero Addendum #3 Confirmed Dec 10, 2024 9:04 PM by Jesenia Otero QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. General Bid Instructions has been acknowledged and accepted.* Confirmed 3. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.* Confirmed 4. County Required Forms BID SCHEDULE* Please upload completed Bid Schedule in Microsoft Excel format. 24-8288_Bid_Schedule.xlsx Page 3225 of 4096 [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8288 Grounds Maintenance - County Facilities [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance - County Facilities Page 3 VENDOR DECLARATION STATEMENT (FORM 1)* Vendor_Declaration_Statement.pdf CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* Conflict_of_Interest_Certification_Affidavit.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (IF WORK PERFORMED IN THE STATE) - HTTP://DOS.MYFLORIDA.COM/SUNBIZ/ SHOULD BE ATTACHED WITH YOUR SUBMITTAL* Proof_of_status_from_Division_of_Corporations.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* Immigration_Affidavit_Certification.pdf E-VERIFY MEMORANDUM OF UNDERSTANDING OR COMPANY PROFILE PAGE* E-Verify_Memorandum_of_Understanding.pdf CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) IF APPLICABLE AND CLAIMING LOCAL VENDOR STATUS. Certification_for_Claiming_Status_as_a_Local_Business.pdf BUSINESS TAX RECEIPT Required if claiming Local Vendor Status. 2025_Lee_County_LBTR.pdf REFERENCE QUESTIONNAIRES (FORM 5)* Completed reference forms. Reference_Questionnaires_-_Superior_Landscaping_Lawn_Service_Inc_.pdf VENDOR W-9 FORM* Page 3226 of 4096 [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8288 Grounds Maintenance - County Facilities [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance - County Facilities Page 4 W9_-_Superior_Landscaping.pdf VENDOR ACKNOWLEDGES INSURANCE REQUIREMENTS AND IS PREPARED TO PRODUCE THE REQUIRED INSURANCE CERTIFICATE(S) WITHIN FIVE (5) DAYS OF THE COUNTY’S ISSUANCE OF A NOTICE OF RECOMMEND AWARD.* Confirmed LICENSES AND/OR CERTIFICATIONS* Refer to Solicitation documents (Section 4.1) for required licenses/certifications. 4.12_Licenses_and_Certifications.pdf ALL SIGNED ADDENDA, IF APPLICABLE. Addenda.pdf ALL OTHER REQUIRED DOCUMENTATION, AS APPLICABLE. Licenses_and_Certificates_-_Collier_County.pdf PRICE TABLES TOTAL BID AMOUNT PER ZONE Submit line-item pricing via Bid Schedule in Microsoft Excel format. Line Item Description Quantity Unit of Measure Unit Cost Total 1 TOTAL BID AMOUNT - ZONE 1 1 EACH $287,772.20 $287,772.20 2 TOTAL BID AMOUNT - ZONE 2 1 EACH $564,186.57 $564,186.57 3 TOTAL BID AMOUNT - ZONE 3 1 EACH $754,376.78 $754,376.78 Page 3227 of 4096 [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8288 Grounds Maintenance - County Facilities [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance - County Facilities Page 5 Line Item Description Quantity Unit of Measure Unit Cost Total 4 TOTAL BID AMOUNT - ZONE 4 1 EACH $599,495.00 $599,495.00 Page 3228 of 4096 Page 3229 of 4096 Page 3230 of 4096 Page 3231 of 4096 Page 3232 of 4096 Page 3233 of 4096 Page 3234 of 4096 Page 3235 of 4096 Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. 272503 The parties to this agreement are the Department of Homeland Security (DHS) and the Superior Landscaping & Lawn Service, Inc. (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. Page 3236 of 4096 Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly 272503 Page 3237 of 4096 Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status 272503 Page 3238 of 4096 Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon 272503 Page 3239 of 4096 Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. 272503 Page 3240 of 4096 Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with 272503 Page 3241 of 4096 Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and 272503 Page 3242 of 4096 Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify 272503 Page 3243 of 4096 Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the 272503 Page 3244 of 4096 Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. 272503 Page 3245 of 4096 Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, 272503 Page 3246 of 4096 Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. 272503 Page 3247 of 4096 Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 272503 Superior Landscaping & Lawn Service, Inc. Aileen Villasana Electronically Signed 11/03/2009 USCIS Verification Division Electronically Signed 11/03/2009 Page 3248 of 4096 Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 272503 Superior Landscaping & Lawn Service, Inc. 2200 NW 23rd Avenue Miami, FL 33142 PO Box 35-0095 Miami, FL 33135-0095 MIAMI-DADE 650838100 238 100 to 499 1 Page 3249 of 4096 Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 272503 FLORIDA 1 site(s) Page 3250 of 4096 Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 272503 Name Aileen Villasana Phone Number (305) 634 - 0717 Fax Number (305) 634 - 0744 Email Address avillasana@superiorlandscaping.com Page 3251 of 4096 Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 272503 Page intentionally left blank Page 3252 of 4096 Page 3253 of 4096 Local Business Tax Receipt I hope you have a successful year. Lee County Tax Collector Payment Information: $ May engage in the business of: - LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Expires: THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Dear Business Owner: Your -Lee County Local Business Tax Receipt is attached below for account number / receipt:    Business name Ownership Physical location Business closed This is not a bill. Detach the bottom portion and display in a public location. Sincerely,  If there is a change in one of the following, refer to the instructions on the back of this receipt. number:/ Account Number: Receipt Number: State License Number: Location: 1025184 1025184 SUPERIOR LANDSCAPING & LAWN SERVICES INC SUPERIOR LANDSCAPING & LAWN SERVICES INC 135.00 5740 ZIP DR FT MYERS, FL 33905 2024 2024 CV14332-1 1201802 1201802 PROFESSIONAL LANDSCAPING COMPANY SUPERIOR LANDSCAPING & LAWN SERVICES INC PO BOX 35 0095 MIAMI, FL 33135-0095 INT-00-02630725PAID 2025 2025 LANGANEY JOEL 5740 ZIP DR FT MYERS, FL 33905 09/26/2024 September 30, 2025 Page 3254 of 4096 Change of Business Name and/or Ownership: Change of Location: Tangible Taxes: Owner/Qualifier Name Signature of Owner/Qualifier Tangible Personal Property Account Number for the business: The business named on the reverse side of this notice ceased operations and disposed of the assets by: Retention for personal use Scrapped, junked, or likewise disposed of, etc. Date Sold: Phone Number Date Closed Street or PO Box Number (your current mailing address) City/State/Zip Submit a new Local Business Tax Application Submit other required documents, if applicable (e.g. Fictitious Name Registration, State or County License, etc.) Submit a Bill of Sale (if changing ownership) The Lee County Property Appraiser's office should be notified of any change in the business name and/or ownership A 10% transfer fee applies to ownership changes      Submit a new Local Business Tax Application Obtain zoning approval, or provide a copy of a city local business tax receipt, if relocating from:   Commercial to Commercial Commercial to Residential Residential to Commercial A 10% transfer fee applies to location changes The Lee County Property Appraiser's office should be notified of any change in business location Tangible Personal Property Tax Returns must be filed with the Property Appraiser's office by April 1st of each Closing Your Business: If you are closing or no longer in business, the owner/qualifier must do the following:   Sign, date and submit the Out of Business Affidavit below File a Tangible Disposition Letter form with the Property Appraiser, www.leepa.org or call 239.533.6140 to avoid receiving future tangible tax notices If you plan to liquidate your merchandise, contact our office at 239.533.6000 for instructions on obtaining a Going Out of Business Permit. year. Contact the Property Appraiser's office 239.533.6140. Account No: Receipt No: CHANGES TO YOUR LOCAL BUSINESS TAX ACCOUNT Information/Questions: call 239.533.6000 or visit our official website at www.leetc.com. Out of Business Affidavit Purchase Price: Complete the buyer information below: Name:Phone Number: Address: All of the tangible assets were were not sold to the purchaser. Return this Out of Business Affidavit to: Lee County Tax Collector, PO Box 1549, Fort Myers, FL 33902-1549 1025184 1201802 Page 3255 of 4096 Form REF-1 Reference Questionnaire Solicitation Number: ______________________________ Name of Solicitation:______________________________ Reference Questionnaire for: _____________________________________________________________________________ ______________________________________________ ___________________________________________________ (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) ______________________________________________________________________________________________________ Name:_________________________________ Company:_____________________________ (Evaluator completing reference questionnaire) (Evaluator’s Company completing reference) Email:_________________________________ Telephone:_____________________________ The Naples Airport Authority has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisfied (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm individual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0”. Project Description: ____________________________ Completion Date:____________________________ Project Budget: ________________________________ Project Number of Days:______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope) 2 Ability to maintain project schedule (complete on-time or early) 3 Quality of work 4 Quality of consultant/contractor based advise provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or moving forward documents such as “As built’s” etc. 7 Ability to verbally communicate and document information clearly and succinctly. 8 Ability to manage risks and unexpected project changes or circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations and attaining permits from the City or County. 10 Would you use this company for future projects? TOTAL SCORE OF ALL ITEMS Additional feedback not captured above:_____________________________________________________________________ ______________________________________________________________________________________________________ All firms listed as references are requested to complete this form and return to Linda Jackson Best, Procurement and Contacts Manager by Email lbest@flynaples.com within three days of receipt. Attachment F Page 3256 of 4096 REQUEST FOR PROPOSALS FOR EMERGENCY ARBORIST SERVICES & TREE CANOPY MAINTENANCE 14 VENDOR REFERENCE FORM (EXHIBIT E) FOR (Proposer Name:) Vizcaya Museum and Gardens 3251 South Miami Avenue Miami, FL 33129 TO THE REFERENCE COMPANY: PLEASE PROVIDE A REFERENCE FOR THE VENDOR LISTED BELOW. VENDOR'S NAME: EVALUATOR'S NAME AND POSITION: REFERENCE COMPANY: TELEPHONE: DATE: RATE THE VENDOR IN THE FOLLOWING AREAS BY CHECKING THE APPROPRIATE BOX: 5=EXCELLENT; 4=ABOVE AVERAGE; 3=AVERAGE; 2=BELOW AVERAGE; 1=POOR 1 2 3 4 5 INITIAL RESPONSE TIME COMPLIANCE TO TIMELINES SOLUTIONS PROVIDED TO ISSUES/PROBLEMS MAINTAINED A SAFE, CLEAN SITE FOR THE DURATION OF THE WORK ATTENTION TO DETAIL ACCURACY OF PROJECT BUDGET COMPLIANCE TO THE PROJECT BUDGET COORDINATION WITH OWNER COORDINATION AND SUPERVISION OF EMPLOYED PERSONS EMPLOYED PERSONS THAT WERE SKILLED TO DO THE WORK IS YOUR PROPERTY NON-RESIDENTIAL? YES NO PLEASE BRIEFLY DESCRIBE THE SIZE AND SCOPE OF TREE COVER ON YOUR PROPERTY: PLEASE BRIEFLY DESCRIBE THE SIZE AND SCOPE OF GARDEN AND CULTIVATED AREAS ON YOUR PROPERTY: PLEASE BRIEFLY DESCRIBE THE WORK THAT THIS VENDOR ACCOMPLISHED FOR YOU: Superior Landscaping & Lawn Service Inc. Page 3257 of 4096 Page 3258 of 4096 11/19/2024 Page 3259 of 4096 Page 3260 of 4096 Page 3261 of 4096 Page 3262 of 4096 Page 3263 of 4096 Page 3264 of 4096 Page 3265 of 4096 Page 3266 of 4096 Page 3267 of 4096 VOID 6, 3, 21, 5A Commercial Applicator License Florida Department of Agriculture and Consumer Services Issued: License # CM23229 Expires: Pesticide Certification Office Signature of Licensee WILTON SIMPSON, COMMISSIONER Categories The above individual is licensed under the provisions of Chapter 487, F.S. to purchase and apply restricted use pesticides. 3558 FLORIDA AVE SANDS III, PAUL LEONARD MIAMI, FL 33133 This card is your license. It authorizes you, the license holder, to purchase and apply Restricted Use Pesticides (RUPs). Please sign your card and keep it with you when applying or purchasing RUPs. The bottom two cards are for your Authorized Purchasing Agents (APAs). Please sign the card in the space provided and give to your APA to sign. APAs are authorized to purchase RUPs. For questions, comments or concerns, Contact us at: Florida Department of Agriculture and Consumer Services Pesticide Certification Office 3125 Conner Blvd, Bldg 8 Tallahassee, FL 32399-1650 Phone: (850) 617-7870 Fax: (850) 617-7895 Florida Department of Agriculture and Consumer Services Pesticide Certification Office To renew a pesticide applicator license, applicators must first become recertified. Recertification is accomplished by either retaking the certification exams or accumulating Continuing Education Units (CEUs). See Table 2 in the Pesticide Applicator Certification and Licensing in Florida handbook located at http://pested.ifas.ufl.edu/pdfs/Pesticide-Applicator-Cert-Licensing.pdf for information on Recertification. February 16, 2023 October 31, 2026 Page 3268 of 4096 CERTIFICATE OF COMPLETION JOAN CRUZ Has Completed a FDOT Approved Temporary Traffic Control (TTC): Intermediate Course . 05/01/2023 Issue Date 04/25/2027 Expiration Date L. R Instructor 609354 Certificate No. Training Provider: Verify this Certificate by visiting www.motadmin.com Access Safety Compliance Training 11481 SW Rossano Ln. Port St. Lucie FL 34987 Phone: 561-350-8913 Page 3269 of 4096 Certificate: 609357 Issued:05/01/2023 Expires:04/25/2027 Instructor:L. R MARCO MANZO Has Completed a FDOT Approved Temporary Traffic Control: Intermediate Course. Training Provider: Access Safety Compliance Training 11481 SW Rossano Ln. Port St. Lucie, FL 34987 Ph: 561-350-8913 Verify this Certificate at www.motadmin.com.Page 3270 of 4096 Certificate: 609360 Issued:05/01/2023 Expires:04/25/2027 Instructor:L. R RICARDO SOSA Has Completed a FDOT Approved Temporary Traffic Control: Intermediate Course. Training Provider: Access Safety Compliance Training 11481 SW Rossano Ln. Port St. Lucie, FL 34987 Ph: 561-350-8913 Verify this Certificate at www.motadmin.com.Page 3271 of 4096 Certificate: 609359 Issued:05/01/2023 Expires:04/25/2027 Instructor:L. R Rafael Hernandez Has Completed a FDOT Approved Temporary Traffic Control: Intermediate Course. Training Provider: Access Safety Compliance Training 11481 SW Rossano Ln. Port St. Lucie, FL 34987 Ph: 561-350-8913 Verify this Certificate at www.motadmin.com.Page 3272 of 4096 Page 3273 of 4096 Page 3274 of 4096 Page 3275 of 4096 Page 3276 of 4096 Collier County Board of County Commissioners Certificate of Competency Collier County * City of Marco * City of Naples * City of Everglades Issued Date: 09/30/2024 Company:SUPERIOR LANDSCAPING & LAWN SERVICE, INC Address:PO BOX 35-0095 MIAMI, FL 33135 Telephone:(305) 634-0717 Qualifier:CANTOR, LAURENCE License #:C30610 Issuance #:201700001059 Classification:LANDSCAPING RESTRICTED Valid Thru: State License #: State Valid Thru: 09/30/2025 It is the Qualifier’s responsibility to keep current all records with Collier County. This shall include insurance certificates and/or contact information. Always verify licenses online at https://cvportal.colliercountyfl.gov/CityViewWeb/ Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. This Collier County Certificate of Competency’s status and expiration date may change on July 1, 2025, due to the State of Florida Senate Bill No. 1142. Please visit our website at www.colliercountyfl.gov/government/growth-management/divisions/operations- regulatory-management/contractor-licensing for more information as it becomes available. Page 3277 of 4096 GI-BMP Trainee ID: GV399887 Certification date: 9/28/2016 Marco A. Manzo Superior Landscaping & Lawn Services 6220 Topaz Ct Fort Myers, FL 33966 Marco A. Manzo Marco A. Manzo GV399887-1 GV399887 GV399887-1 GV399887 D. Rainey 9/28/2016 Test Score: 78% Page 3278 of 4096 Page 3279 of 4096 Page 3280 of 4096 Page 3281 of 4096 Page 3282 of 4096 Page 3283 of 4096 Page 3284 of 4096 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 12/3/2024 Keyes Coverage Insurance 5900 Hiatus Road Tamarac FL 33321 Carlos Cardozo 954-724-7000 954-724-7024 Ccardozo@keyescoverage.com Greenwich Insurance Co 22322 Richmond National Insurance Company 17103SuperiorLandscaping&Lawn Service,Inc. PO Box 35-0095 Miami FL 33135 Bridgefield Casualty Ins Co 10335 Westchester Surplus Lines Insurance Company 10172 1630271710 A X 1,000,000 X 100,000 10,000 1,000,000 2,000,000 X Y Y NGL-1008397-01 12/1/2024 12/1/2025 2,000,000 B X X 4,000,000YYRN-1-0225651 4,000,000 12/1/2024 12/1/2025 C N Y WFL507443200 5/22/2024 5/22/2025 D Pollution Liability G71670478001 4/23/2024 4/23/2025 Aggregate Occurrence Retention 1,000,000 1,000,000 10,000 30 day cancellation/10 day non-pay "Sample" "Sample" Page 3285 of 4096 1001486 132849.14 04-13-2022 INSR LTR TYPE OF INSURANCE ADD INSD SUB WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY)LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC OTHER: EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence)$ MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident)$ BODILY INJURY (Per person)$ BODILY INJURY (Per accident)$ PROPERTY DAMAGE (Per accident)$ $ UMBRELLA LIAB OCCUR EXCESS LIAB CLAIMS-MADE DED RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A PER STATUTE OTH- ER $ E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CANCELLATION E-MAIL ADDRESS: CONTACT NAME:PHONE (A/C, No, Ext): FAX (A/C, No): INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : PRODUCER INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD AUTHORIZED REPRESENTATIVE A K94 5581-F19-59 06/19/2024 06/19/2025 1,000,000 MEDICAL EXPENSES 5,000 bernardo@rplanter.com Bernardo Valencia 305 705 2559 State Farm Mutual Automobile Insurance Company 25178 Rodrigo Planter Insurance Agency 2018 NE 164th st. N Miami Beach FL 33162 SUPERIOR LANDSCAPING & LAWN SERVICE INC PO BOX 350095 MIAMI FL 33135-0095 12/06/2024 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Completed by an authorized State Farm representative. If signature is required, please contact a State Farm agent. "Sample" "Sample" Page 3286 of 4096 Collier County Board of County Commissioners Certificate of Competency Collier County * City of Marco * City of Naples * City of Everglades Issued Date: 09/30/2024 Company:SUPERIOR LANDSCAPING & LAWN SERVICE, INC Address:PO BOX 35-0095 MIAMI, FL 33135 Telephone:(305) 634-0717 Qualifier:CANTOR, LAURENCE License #:C30610 Issuance #:201700001059 Classification:LANDSCAPING RESTRICTED Valid Thru: State License #: State Valid Thru: 09/30/2025 It is the Qualifier’s responsibility to keep current all records with Collier County. This shall include insurance certificates and/or contact information. Always verify licenses online at https://cvportal.colliercountyfl.gov/CityViewWeb/ Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. This Collier County Certificate of Competency’s status and expiration date may change on July 1, 2025, due to the State of Florida Senate Bill No. 1142. Please visit our website at www.colliercountyfl.gov/government/growth-management/divisions/operations- regulatory-management/contractor-licensing for more information as it becomes available. Page 3287 of 4096 Page 3288 of 4096 Page 3289 of 4096 Page 3290 of 4096 Page 3291 of 4096 VOID 6, 3, 21, 5A Commercial Applicator License Florida Department of Agriculture and Consumer Services Issued: License # CM23229 Expires: Pesticide Certification Office Signature of Licensee WILTON SIMPSON, COMMISSIONER Categories The above individual is licensed under the provisions of Chapter 487, F.S. to purchase and apply restricted use pesticides. 3558 FLORIDA AVE SANDS III, PAUL LEONARD MIAMI, FL 33133 This card is your license. It authorizes you, the license holder, to purchase and apply Restricted Use Pesticides (RUPs). Please sign your card and keep it with you when applying or purchasing RUPs. The bottom two cards are for your Authorized Purchasing Agents (APAs). Please sign the card in the space provided and give to your APA to sign. APAs are authorized to purchase RUPs. For questions, comments or concerns, Contact us at: Florida Department of Agriculture and Consumer Services Pesticide Certification Office 3125 Conner Blvd, Bldg 8 Tallahassee, FL 32399-1650 Phone: (850) 617-7870 Fax: (850) 617-7895 Florida Department of Agriculture and Consumer Services Pesticide Certification Office To renew a pesticide applicator license, applicators must first become recertified. Recertification is accomplished by either retaking the certification exams or accumulating Continuing Education Units (CEUs). See Table 2 in the Pesticide Applicator Certification and Licensing in Florida handbook located at http://pested.ifas.ufl.edu/pdfs/Pesticide-Applicator-Cert-Licensing.pdf for information on Recertification. February 16, 2023 October 31, 2026 Page 3292 of 4096 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESDICKENS, BRIAN MDo not alter this document in any form.SUPERIOR LANDSCAPING & LAWN SERVICE INCLICENSE NUMBER: CGC1529871EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.2200 NORTHWEST 23RD AVENUEMIAMI FL 33142Always verify licenses online at MyFloridaLicense.comISSUED: 09/01/2024Page 3293 of 4096 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE PLUMBING CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESLEVY, BERNARD ADo not alter this document in any form.SUPERIOR LANDSCAPING & LAWN SERVICE INCLICENSE NUMBER: CFC1425682EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.11231 SW 1ST. COURTPLANTATION FL 33325Always verify licenses online at MyFloridaLicense.comISSUED: 06/07/2024Page 3294 of 4096 Page 3295 of 4096 Page 3296 of 4096 Page 3297 of 4096 CERTIFICATE OF COMPLETION RICARDO SOSA Has Completed a FDOT Approved Temporary Traffic Control (TTC): Intermediate Course . 05/01/2023 Issue Date 04/25/2027 Expiration Date L. R Instructor 609360 Certificate No. Training Provider: Verify this Certificate by visiting www.motadmin.com Access Safety Compliance Training 11481 SW Rossano Ln. Port St. Lucie FL 34987 Phone: 561-350-8913 Page 3298 of 4096 CERTIFICATE OF COMPLETION MARCO MANZO Has Completed a FDOT Approved Temporary Traffic Control (TTC): Intermediate Course . 05/01/2023 Issue Date 04/25/2027 Expiration Date L. R Instructor 609357 Certificate No. Training Provider: Verify this Certificate by visiting www.motadmin.com Access Safety Compliance Training 11481 SW Rossano Ln. Port St. Lucie FL 34987 Phone: 561-350-8913 Page 3299 of 4096 GI-BMP Trainee ID: GV399887 Certification date: 9/28/2016 Marco A. Manzo Superior Landscaping & Lawn Services 6220 Topaz Ct Fort Myers, FL 33966 Marco A. Manzo Marco A. Manzo GV399887-1 GV399887 GV399887-1 GV399887 D. Rainey 9/28/2016 Test Score: 78% Page 3300 of 4096 Page 3301 of 4096 Page 3302 of 4096 Page 3303 of 4096 Page 3304 of 4096 Page 3305 of 4096 Page 3306 of 4096 State of Florida Department of State I certify from the records of this office that SUPERIOR LANDSCAPING & LAWN SERVICE INC.is a corporation organized under the laws of the State of Florida,filed on May 18,1998. The document number of this corporation is P98000044604. I further certify that said corporation has paid all fees due this office through December 31,2024,that its most recent annual report/uniform business report was filed on March 4,2024,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Ninth day of May,2024 Tracking Number:3993215632CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Page 3307 of 4096 Page 3308 of 4096 Local Business Tax Receipt I hope you have a successful year. Lee County Tax Collector Payment Information: $ May engage in the business of: - LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Expires: THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Dear Business Owner: Your -Lee County Local Business Tax Receipt is attached below for account number / receipt:    Business name Ownership Physical location Business closed This is not a bill. Detach the bottom portion and display in a public location. Sincerely,  If there is a change in one of the following, refer to the instructions on the back of this receipt. number:/ Account Number: Receipt Number: State License Number: Location: 1013865 1013865 SUPERIOR LANDSCAPING & LAWN SERVICE INC SUPERIOR LANDSCAPING & LAWN SERVICE INC 50.00 5740 ZIP DR FT MYERS, FL 33905 2024 2024 CFC1425682 0803984 0803984 PLUMBING CONTRACTOR-CERTIFIED SUPERIOR LANDSCAPING & LAWN SERVICE INC PO BOX 35-0095 MIAMI, FL 33135 INT-00-02630725PAID 2025 2025 LEVY BERNARD A 5740 ZIP DR FT MYERS, FL 33905 09/26/2024 September 30, 2025 Page 3309 of 4096 Change of Business Name and/or Ownership: Change of Location: Tangible Taxes: Owner/Qualifier Name Signature of Owner/Qualifier Tangible Personal Property Account Number for the business: The business named on the reverse side of this notice ceased operations and disposed of the assets by: Retention for personal use Scrapped, junked, or likewise disposed of, etc. Date Sold: Phone Number Date Closed Street or PO Box Number (your current mailing address) City/State/Zip Submit a new Local Business Tax Application Submit other required documents, if applicable (e.g. Fictitious Name Registration, State or County License, etc.) Submit a Bill of Sale (if changing ownership) The Lee County Property Appraiser's office should be notified of any change in the business name and/or ownership A 10% transfer fee applies to ownership changes      Submit a new Local Business Tax Application Obtain zoning approval, or provide a copy of a city local business tax receipt, if relocating from:   Commercial to Commercial Commercial to Residential Residential to Commercial A 10% transfer fee applies to location changes The Lee County Property Appraiser's office should be notified of any change in business location Tangible Personal Property Tax Returns must be filed with the Property Appraiser's office by April 1st of each Closing Your Business: If you are closing or no longer in business, the owner/qualifier must do the following:   Sign, date and submit the Out of Business Affidavit below File a Tangible Disposition Letter form with the Property Appraiser, www.leepa.org or call 239.533.6140 to avoid receiving future tangible tax notices If you plan to liquidate your merchandise, contact our office at 239.533.6000 for instructions on obtaining a Going Out of Business Permit. year. Contact the Property Appraiser's office 239.533.6140. Account No: Receipt No: CHANGES TO YOUR LOCAL BUSINESS TAX ACCOUNT Information/Questions: call 239.533.6000 or visit our official website at www.leetc.com. Out of Business Affidavit Purchase Price: Complete the buyer information below: Name:Phone Number: Address: All of the tangible assets were were not sold to the purchaser. Return this Out of Business Affidavit to: Lee County Tax Collector, PO Box 1549, Fort Myers, FL 33902-1549 1013865 0803984 Page 3310 of 4096 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE PLUMBING CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESLEVY, BERNARD ADo not alter this document in any form.SUPERIOR LANDSCAPING & LAWN SERVICE INCLICENSE NUMBER: CFC1425682EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.11231 SW 1ST. COURTPLANTATION FL 33325Always verify licenses online at MyFloridaLicense.comISSUED: 06/07/2024Page 3311 of 4096 Page 3312 of 4096 Page 3313 of 4096 Page 3314 of 4096 Line ItemBuildingAddressService TypeService Rate*Extended Rate ( 39 weeks)Service Rate*Extended Rate ( 39 weeks)Service Rate*Extended Rate ( 39 weeks)Service Rate*Extended Rate ( 39 weeks)Service Rate*Extended Rate ( 39 weeks)1.1 Main Government Complex3303 E. Tamiami Trail Standard Services $ 4,635.00 $ 180,765.00 $ 4,843.32 $ 188,889.48 $- $- $ 3,501.15 $ 136,544.85 $- $- 1.2 Main Government Complex3303 E. Tamiami Trail Irrigation Services $ 530.00 $ 20,670.00 $ 1,107.99 $ 43,211.61 $- $- $ 45.00 $1,755.00 $- $- 1.3 Main Government Complex3303 E. Tamiami Trail Mulching $ 1,256.00 $ 48,984.00 $ 889.05 $ 34,672.95 $- $- $ 100.00 $3,900.00 $- $- 1.4 Main Government Complex3303 E. Tamiami Trail Canopy Tree & Palm Maintenance $ 500.00 $ 19,500.00 $ 515.44 $ 20,102.16 $- $- $ 200.00 $7,800.00 $- $- $ 269,919.00 $ 286,876.20 $- $ 149,999.85 $- Line ItemDescriptionQuantityUnitUnit Price Extended Price Unit Price Extended Price Unit PriceExtended PriceUnit Price Extended Price Unit Price Extended Price1 Landscape Laborer1Hour $ 55.00 $55.00 $ 38.00 $38.00 $- $- $ 30.00 $30.00 $- $- 2Landscape Supervisor 1Hour $ 65.00 $65.00 $ 68.00 $ 68.00 $- $- $ 45.00 $45.00 $- $- 3Irrigation Technician1Hour $ 75.00 $75.00 $ 45.00 $ 45.00 $- $- $ 50.00 $50.00 $- $- 4Irrigation Supervisor 1Hour $ 85.00 $85.00 $ 75.00 $ 75.00 $- $- $ 60.00 $60.00 $- $- 5Equipment Operator1Hour $ 250.00 $250.00 $ 75.00 $75.00 $- $- $ 65.00 $65.00 $- $- Line ItemDescriptionQuantityUnitUnit Price Extended Price Unit Price Extended Price Unit PriceExtended PriceUnit Price Extended Price Unit Price Extended Price6 Bucket Truck 1Hour $ 300.00 $300.00 $ 245.00 $245.00 $ - $- $ 125.00 $125.00 $- $- 7Mini Excavator 1Hour $ 450.00 $450.00 $ 175.00 $175.00 $- $- $ 85.00 $85.00 $- $- 8Skid Loader 1Hour $ 250.00 $250.00 $ 175.00 $175.00 $ - $- $ 85.00 $85.00 $- $- $1,530.00 $896.00 $- $545.00 $- $ 271,449.00 $ 287,772.20 $- $ 150,544.85 $- Line ItemBuildingAddressService TypeService Rate*Extended Rate ( 39 weeks)Service Rate*Extended Rate ( 39 weeks)Service Rate*Extended Rate ( 39 weeks)Service Rate*Extended Rate ( 39 weeks)Service Rate*Extended Rate ( 39 weeks)2.1Standard Service $ 372.00 $ 14,508.00 $ 1,028.15 $ 40,097.85 $ 605.00 $23,595.00 $ 160.00 $6,240.00 $- $- 2.2Irrigation Services $ 72.00 $2,808.00 $ 35.19 $1,372.41 $ 70.00 $2,730.00 $5.00 $195.00 $- $- 2.3Mulching $ 101.00 $3,939.00 $ 226.30 $8,825.70 $ 33.00 $1,287.00 $ 10.00 $390.00 $- $- 2.4Canopy Tree & Palm Maintenance $ 13.00 $507.00 $ 127.99 $4,991.61 $ 8.00 $312.00 $ 25.00 $975.00 $- $- 3.1Standard Service $ 1,011.00 $ 39,429.00 $ 1,161.79 $ 45,309.81 $ 1,300.00 $50,700.00 $ 460.00 $ 17,940.00 $- $- 3.2Irrigation Services $ 58.00 $2,262.00 $ 35.19 $1,372.41 $ 240.00 $9,360.00 $5.00 $195.00 $- $- 3.3Mulching $ 172.00 $6,708.00 $ 226.30 $8,825.70 $ 50.00 $1,950.00 $ 10.00 $390.00 $- $- 3.4Canopy Tree & Palm Maintenance $5.00 $195.00 $ 51.20 $1,996.80 $8.00 $312.00 $ 25.00 $975.00 $- $- 4.1Standard Service $ 395.00 $ 15,405.00 $ 460.75 $ 17,969.25 $ 800.00 $31,200.00 $ 190.00 $7,410.00 $- $- 4.2Irrigation Services $ 180.00 $7,020.00 $ 11.73 $457.47 $ 80.00 $3,120.00 $5.00 $195.00 $- $- 4.3Mulching $ 130.00 $5,070.00 $ 169.07 $6,593.73 $ 40.00 $1,560.00 $ 10.00 $390.00 $- $- 4.4Canopy Tree & Palm Maintenance $ 20.00 $780.00 $ 34.14 $1,331.46 $ 20.00 $780.00 $ 25.00 $975.00 $- $- 5.1Standard Service $ 213.00 $8,307.00 $ 460.75 $17,969.25 $ 331.00 $12,909.00 $ 195.00 $7,605.00 $- $- 5.2Irrigation Services $ 36.00 $1,404.00 $ 11.73 $457.47 $ 25.00 $975.00 $5.00 $195.00 $- $- 5.3Mulching $ 56.00 $2,184.00 $ 92.34 $3,601.26 $ 40.00 $1,560.00 $ 10.00 $390.00 $- $- 5.4Canopy Tree & Palm Maintenance $ 17.00 $663.00 $ 34.14 $1,331.46 $ 20.00 $780.00 $ 25.00 $975.00 $- $- Project Manager: Todd FiedorowiczProcurement Strategist: Sarah HamiltonNotifications Sent: 2,459Viewed: 917Bids Received: 51.There are four zones. The bidder may select the zone(s) they want to bid.2.The bidder must bid all line items in the zone(s) they are bidding or they may be considered non-responsive.3.Routine Services extended rate calculation is Service Rate x 39 weeks; annual services is estimated at 39 weeks for bidding purposes.PRIMARYSECONDARYSynergy Contracting Group Inc(Non-responsive)BID TABULATIONA&M Property Maintenance LLC (Non-responsive)ZONE 2(16 building locations)EQUIPMENT Landscape Material Markup 15%Equipment Markup 15%ZONE 1 - TOTAL BIDIrrigation Material Markup 30%SECTION 3.0 MARKUP Subcontractor Markup 15%Mainscape, Inc.Superior Landscaping & Lawn Service Inc.BrightView Landscape Services, Inc.Section 1.0 ROUTINE SERVICESZone 1 - Routine Services SubtotalZone 1 - Additional Services SubtotalITB No. 24-8288 - Grounds Maintenance - County FacilitiesMainscape, Inc.Superior Landscaping & Lawn Service Inc.BrightView Landscape Services, Inc.A&M Property Maintenance LLC (Non-responsive)Section 1.0 ROUTINE SERVICESLABOR HOURS: These hours are not part of the routine landscape maintenance services. The division may request additional services as needed. Regular business hours are Monday through Friday from 7:00 AM to 5:00 PM. ** Overtime (OT) hours are weekdays from 5:01 p.m. to 6:59 a.m., weekends, and county-observed holidays. OT rates apply to labor calculated at 1.5 times the unit price; OT will require pre-approval by the Division Project Manager or designee. SECTION 2.0. ADDITIONAL SERVICES: Labor and Equipment line item prices do no apply to Section 1.0 Routine Services. ZONE 1(1 building location)Synergy Contracting Group Inc(Non-responsive)*Failed to sign agreementNorth Government Center2335 Orange Blossom DriveHeritage Bay Government Center 15450 Collier BlvdCCSO NN Substation776 Vanderbilt Beach RoadVanderbilt Library788 Vanderbilt Beach*Failed to sign agreementXXPage 3315 of 4096 6.1Standard Service $ 392.00 $ 15,288.00 $ 1,069.35 $ 41,704.65 $ 580.00 $ 22,620.00 $ 435.00 $ 16,965.00 $- $- 6.2Irrigation Services $ 56.00 $2,184.00 $ 35.19 $1,372.41 $ 60.00 $2,340.00 $ 5.00 $195.00 $- $- 6.3Mulching $ 127.00 $4,953.00 $ 226.30 $8,825.70 $ 105.00 $4,095.00 $ 10.00 $390.00 $- $- 6.4Canopy Tree & Palm Maintenance $2.00 $78.00 $ 127.99 $4,991.61 $1.00 $39.00 $ 25.00 $975.00 $- $- 7.1Standard Service $ 474.00 $ 18,486.00 $ 1,099.03 $ 42,862.17 $ 700.00 $ 27,300.00 $ 655.00 $ 25,545.00 $- $- 7.2Irrigation Services $ 176.00 $6,864.00 $ 46.92 $1,829.88 $ 65.00 $2,535.00 $ 5.00 $195.00 $- $- 7.3Mulching $ 177.00 $6,903.00 $ 507.20 $19,780.80 $ 90.00 $3,510.00 $ 10.00 $390.00 $- $- 7.4Canopy Tree & Palm Maintenance $ 13.00 $507.00 $ 255.97 $9,982.83 $ 4.00 $156.00 $ 25.00 $975.00 $- $- 8.1Standard Service $ 349.00 $ 13,611.00 $ 674.79 $ 26,316.81 $ 630.00 $ 24,570.00 $ 480.00 $ 18,720.00 $- $- 8.2Irrigation Services $ 117.00 $4,563.00 $ 23.46 $914.94 $ 55.00 $2,145.00 $ 5.00 $195.00 $- $- 8.3Mulching $ 89.00 $3,471.00 $ 211.98 $8,267.22 $ 67.00 $2,613.00 $ 10.00 $390.00 $- $- 8.4Canopy Tree & Palm Maintenance $ 35.00 $1,365.00 $ 34.14 $1,331.46 $ 7.00 $273.00 $ 25.00 $975.00 $- $- 9.1Standard Service $ 393.00 $ 15,327.00 $ 903.63 $ 35,241.57 $ 533.00 $ 20,787.00 $ 415.00 $ 16,185.00 $- $- 9.2Irrigation Services $ 33.00 $1,287.00 $ 23.46 $914.94 $ 45.00 $1,755.00 $ 5.00 $195.00 $- $- 9.3Mulching $ 88.00 $3,432.00 $ 163.87 $6,390.93 $ 57.00 $2,223.00 $ 10.00 $390.00 $- $- 9.4Canopy Tree & Palm Maintenance $ 17.00 $663.00 $ 68.26 $2,662.14 $ 18.00 $702.00 $ 25.00 $975.00 $- $- 10.1Standard Service $ 85.00 $3,315.00 $ 424.82 $ 16,567.98 $ 169.00 $6,591.00 $ 115.00 $4,485.00 $- $- 10.2Irrigation Services $ 66.00 $2,574.00 $ 11.73 $457.47 $ 15.00 $585.00 $ 5.00 $195.00 $- $- 10.3Mulching $ 19.00 $741.00 $ 39.01 $1,521.39 $ 40.00 $1,560.00 $ 5.00 $195.00 $- $- 10.4Canopy Tree & Palm Maintenance $7.00 $273.00 $8.54 $333.06 $1.00 $39.00 $ 10.00 $390.00 $- $- 11.1Standard Service $ 58.00 $2,262.00 $ 327.10 $12,756.90 $ 91.00 $3,549.00 $ 70.00 $2,730.00 $- $- 11.2Irrigation Services $ 35.00 $1,365.00 $ 11.73 $457.47 $ 8.00 $312.00 $ 5.00 $195.00 $- $- 11.3Mulching $4.00 $156.00 $ 33.82 $1,318.98 $ 16.00 $624.00 $ 5.00 $195.00 $- $- 11.4Canopy Tree & Palm Maintenance $4.00 $156.00 $8.54 $333.06 $5.00 $195.00 $ 5.00 $195.00 $- $- 12.1Standard Service $ 390.00 $ 15,210.00 $ 466.42 $ 18,190.38 $ 508.00 $ 19,812.00 $ 125.00 $4,875.00 $- $- 12.2Irrigation Services $ 34.00 $1,326.00 $ 11.73 $457.47 $ 92.00 $3,588.00 $ 5.00 $195.00 $- $- 12.3Mulching $ 44.00 $1,716.00 $ 84.53 $3,296.67 $ 33.00 $1,287.00 $ 10.00 $390.00 $- $- 12.4Canopy Tree & Palm Maintenance $ 30.00 $1,170.00 $ 34.14 $1,331.46 $ 12.00 $468.00 $ 25.00 $975.00 $- $- 13.1Standard Service $ 229.00 $8,931.00 $ 880.34 $ 34,333.26 $ 386.00 $ 15,054.00 $ 248.00 $9,672.00 $- $- 13.2Irrigation Services $ 45.00 $1,755.00 $ 23.46 $914.94 $ 34.00 $1,326.00 $ 5.00 $195.00 $- $- 13.3Mulching $ 56.00 $2,184.00 $ 140.46 $5,477.94 $ 57.00 $2,223.00 $ 10.00 $390.00 $- $- 13.4Canopy Tree & Palm Maintenance $ 36.00 $1,404.00 $ 68.26 $2,662.14 $1.00 $39.00 $ 25.00 $975.00 $- $- 14.1Standard Service $ 85.00 $3,315.00 $ 600.05 $ 23,401.95 $ 150.00 $5,850.00 $ 645.00 $ 25,155.00 $- $- 14.2Irrigation Services $ 66.00 $2,574.00 $ 23.46 $914.94 $ 30.00 $1,170.00 $ 5.00 $195.00 $- $- 14.3Mulching $ 19.00 $741.00 $ 169.07 $6,593.73 $ 35.00 $1,365.00 $ 10.00 $390.00 $- $- 14.4Canopy Tree & Palm Maintenance $7.00 $273.00 $ 68.26 $2,662.14 $1.00 $39.00 $ 25.00 $975.00 $- $- 15.1Standard Service $ 221.00 $8,619.00 $ 385.43 $ 15,031.77 $ 405.00 $ 15,795.00 $ 110.00 $4,290.00 $- $- 15.2Irrigation Services $ 84.00 $3,276.00 $ 11.73 $457.47 $ 30.00 $1,170.00 $ 5.00 $195.00 $- $- 15.3Mulching $ 70.00 $2,730.00 $ 36.42 $1,420.38 $ 57.00 $2,223.00 $ 5.00 $195.00 $- $- 15.4Canopy Tree & Palm Maintenance $ 12.00 $468.00 $ 25.61 $998.79 $ 12.00 $468.00 $ 5.00 $195.00 $- $- 16.1Standard Service $ 219.00 $8,541.00 $ 583.06 $ 22,739.34 $ 345.00 $ 13,455.00 $ 145.00 $5,655.00 $- $- 16.2Irrigation Services $ 35.00 $1,365.00 $ 11.73 $457.47 $ 26.00 $1,014.00 $ 5.00 $195.00 $- $- 16.3Mulching $ 51.00 $1,989.00 $ 84.53 $3,296.67 $ 32.00 $1,248.00 $ 5.00 $195.00 $- $- 16.4Canopy Tree & Palm Maintenance $ 12.00 $468.00 $ 25.61 $998.79 $ 10.00 $390.00 $ 5.00 $195.00 $- $- 17.1Standard Service $ 30.00 $1,170.00 $ 169.96 $6,628.44 $ 40.00 $1,560.00 $ 70.00 $2,730.00 $- $- 17.2Irrigation Services $1.00 $39.00 $ 11.73 $457.47 $ 10.00 $390.00 $ 2.00 $78.00 $- $- 17.3Mulching $ 16.00 $624.00 $ 19.51 $760.89 $ 24.00 $936.00 $ 2.00 $78.00 $- $- 17.4Canopy Tree & Palm Maintenance $3.00 $117.00 $4.27 $166.53 $ 13.00 $507.00 $ 2.00 $78.00 $- $- $ 291,018.00 ** $ 563,291.04 $ 365,625.00 $ 196,131.00 $- Line ItemDescriptionQuantityUnitUnit Price Extended PriceUnit PriceExtended Price Unit PriceExtended PriceUnit Price Extended Price Unit Price Extended Price1 Landscape Laborer1Hour $ 55.00 $55.00 $ 38.00 $38.00 $ 45.00 $45.00 $ 30.00 $30.00 $- $- 2 Landscape Supervisor1Hour $ 65.00 $65.00 $ 68.00 $ 68.00 $ 60.00 $60.00 $ 45.00 $45.00 $- $- 3 Irrigation Technician1Hour $ 75.00 $75.00 $ 45.00 $ 45.00 $ 60.00 $60.00 $ 50.00 $50.00 $- $- 4 Irrigation Supervisor1Hour $ 85.00 $85.00 $ 75.00 $ 75.00 $ 80.00 $80.00 $ 60.00 $60.00 $- $- 5 Equipment Operator1Hour $ 250.00 $250.00 $ 75.00 $75.00 $ 75.00 $75.00 $ 65.00 $65.00 $- $- Line ItemDescriptionQuantityUnitUnit Price Extended Price Unit Price Extended Price Unit PriceExtended PriceUnit Price Extended Price Unit Price Extended Price6 Bucket Truck 1Hour $ 300.00 $300.00 $ 245.00 $245.00 $ 150.00 $150.00 $ 125.00 $125.00 $- $- 7 Mini Excavator 1Hour $ 450.00 $450.00 $ 175.00 $175.00 $ 150.00 $150.00 $ 85.00 $85.00 $- $- 8 Skid Loader 1Hour $ 250.00 $250.00 $ 175.00 $175.00 $ 150.00 $150.00 $ 85.00 $85.00 $- $- $1,530.00 $896.00 $770.00 $545.00 $- $ 292,548.00 $ 564,187.04 $ 366,395.00 $ 196,676.00 $- SECTION 3.0 MARKUP EQUIPMENT SECTION 2.0. ADDITIONAL SERVICES: Labor and Equipment line item prices do no apply to Section 1.0 Routine Services. LABOR HOURS: These hours are not part of the routine landscape maintenance services. The division may request additional services as needed. Regular business hours are Monday through Friday from 7:00 AM to 5:00 PM. ** Overtime (OT) hours are weekdays from 5:01 p.m. to 6:59 a.m., weekends, and county-observed holidays. OT rates apply to labor calculated at 1.5 times the unit price; OT will require pre-approval by the Division Project Manager or designee. 250 Patriot WayEMS Medflight (CCSO Offices only) 2375 Tower DriveNaples Depot Museum 1051 5th Avenue S.790 Logan Blvd NCCSO Special OpsNaples Regional Library 605 Central AvenueHeadquarters Library 2385 Orange Blossom DriveGMD/Planning & Development 2800 N. Horseshoe DriveGMD/Construction & Maintenance 2885 S. Horseshoe DriveCCSO CID 2373 E. Horseshoe DriveGMD Parking GarageZone 2 - Routine Services SubtotalZone 2 - Additional Services Subtotal*Failed to sign agreementZONE 2 - TOTAL BID2800 N. Horseshoe DriveEMS #24 Airport RoadEMS #76Rosemary Cemetery 1000 Pine Ridge RoadXXXPage 3316 of 4096 Line ItemBuildingAddressService TypeService Rate*Extended Rate( 39 weeks)Service Rate*Extended Rate ( 39 weeks)Service Rate*Extended Rate( 39 weeks)Service Rate*Extended Rate( 39 weeks)Service Rate*Extended Rate ( 39 weeks)18.1Standard Service $ 180.00 $7,020.00 $ 480.00 $ 18,720.00 $ 305.00 $11,895.00 $ 200.00 $7,800.00 $- $- 18.2Irrigation Services $ 82.00 $3,198.00 $ 13.85 $540.15 $ 19.00 $741.00 $2.00 $78.00 $- $- 18.3Mulching $ 26.00 $1,014.00 $ 76.92 $2,999.88 $ 57.00 $2,223.00 $2.00 $78.00 $- $- 18.4Canopy Tree & Palm Maintenance $8.00 $312.00 $ 18.46 $719.94 $7.00 $273.00 $2.00 $78.00 $- $- 19.1Standard Service $ 114.00 $4,446.00 $ 480.00 $ 18,720.00 $ 180.00 $7,020.00 $ 195.00 $7,605.00 $- $- 19.2Irrigation Services $ 47.00 $1,833.00 $ 27.69 $1,079.91 $ 11.00 $429.00 $2.00 $78.00 $- $- 19.3Mulching $ 27.00 $1,053.00 $ 76.92 $2,999.88 $ 57.00 $2,223.00 $2.00 $78.00 $- $- 19.4Canopy Tree & Palm Maintenance $7.00 $273.00 $ 73.85 $2,880.15 $5.00 $195.00 $2.00 $78.00 $- $- 20.1Standard Service $ 143.00 $5,577.00 $ 488.46 $ 19,049.94 $ 227.00 $8,853.00 $ 100.00 $3,900.00 $- $- 20.2Irrigation Services $ 58.00 $2,262.00 $ 27.69 $1,079.91 $ 15.00 $585.00 $2.00 $78.00 $- $- 20.3Mulching $ 30.00 $1,170.00 $ 153.85 $6,000.15 $ 57.00 $2,223.00 $2.00 $78.00 $- $- 20.4Canopy Tree & Palm Maintenance $8.00 $312.00 $ 73.85 $2,880.15 $ 11.00 $429.00 $2.00 $78.00 $- $- 21.1Standard Service $ 172.00 $6,708.00 $ 480.00 $ 18,720.00 $ 220.00 $8,580.00 $ 245.00 $9,555.00 $- $- 21.2Irrigation Services $ 69.00 $2,691.00 $ 27.69 $1,079.91 $ 14.00 $546.00 $2.00 $78.00 $- $- 21.3Mulching $ 37.00 $1,443.00 $ 153.85 $6,000.15 $ 138.00 $5,382.00 $2.00 $78.00 $- $- 21.4Canopy Tree & Palm Maintenance $ 10.00 $390.00 $ 73.85 $2,880.15 $ 3.00 $117.00 $2.00 $78.00 $- $- 22.1Standard Service $ 214.00 $8,346.00 $ 480.00 $ 18,720.00 $ 373.00 $14,547.00 $ 245.00 $9,555.00 $- $- 22.2Irrigation Services $ 85.00 $3,315.00 $ 27.69 $1,079.91 $ 24.00 $936.00 $2.00 $78.00 $- $- 22.3Mulching $ 46.00 $1,794.00 $ 128.21 $5,000.19 $ 57.00 $2,223.00 $2.00 $78.00 $- $- 22.4Canopy Tree & Palm Maintenance $ 12.00 $468.00 $ 73.85 $2,880.15 $ 7.00 $273.00 $2.00 $78.00 $- $- 23.1Standard Service $ 80.00 $3,120.00 $ 480.00 $ 18,720.00 $ 132.00 $5,148.00 $ 180.00 $7,020.00 $- $- 23.2Irrigation Services $ 32.00 $1,248.00 $ 13.85 $540.15 $ 8.00 $312.00 $2.00 $78.00 $- $- 23.3Mulching $ 19.00 $741.00 $ 102.56 $3,999.84 $ 32.00 $1,248.00 $2.00 $78.00 $- $- 23.4Canopy Tree & Palm Maintenance $6.00 $234.00 $ 27.69 $1,079.91 $6.00 $234.00 $2.00 $78.00 $- $- 24.1Standard Service $ 235.00 $9,165.00 $ 558.46 $ 21,779.94 $ 362.00 $14,118.00 $ 375.00 $ 14,625.00 $- $- 24.2Irrigation Services $ 52.00 $2,028.00 $ 13.85 $540.15 $ 27.00 $1,053.00 $2.00 $78.00 $- $- 24.3Mulching $ 32.00 $1,248.00 $ 102.56 $3,999.84 $ 24.00 $936.00 $2.00 $78.00 $- $- 24.4Canopy Tree & Palm Maintenance $ 17.00 $663.00 $ 36.92 $1,439.88 $ 21.00 $819.00 $2.00 $78.00 $- $- 25.1Standard Service $ 382.00 $ 14,898.00 $ 934.62 $ 36,450.18 $ 490.00 $19,110.00 $ 400.00 $ 15,600.00 $- $- 25.2Irrigation Services $ 25.00 $975.00 $ 27.69 $1,079.91 $ 36.00 $1,404.00 $2.00 $78.00 $- $- 25.3Mulching $ 26.00 $1,014.00 $ 205.13 $8,000.07 $ 25.00 $975.00 $5.00 $195.00 $- $- 25.4Canopy Tree & Palm Maintenance $4.00 $156.00 $ 73.85 $2,880.15 $ 10.00 $390.00 $ 10.00 $390.00 $- $- 26.1Standard Service $ 207.00 $8,073.00 $ 488.46 $ 19,049.94 $ 291.00 $11,349.00 $ 210.00 $8,190.00 $- $- 26.2Irrigation Services $ 33.00 $1,287.00 $ 13.85 $540.15 $ 20.00 $780.00 $2.00 $78.00 $- $- 26.3Mulching $ 32.00 $1,248.00 $ 76.92 $2,999.88 $ 40.00 $1,560.00 $2.00 $78.00 $- $- 26.4Canopy Tree & Palm Maintenance $7.00 $273.00 $ 23.08 $900.12 $9.00 $351.00 $2.00 $78.00 $- $- 27.1Standard Service $ 182.00 $7,098.00 $ 488.46 $ 19,049.94 $ 213.00 $8,307.00 $ 215.00 $8,385.00 $- $- 27.2Irrigation Services $ 25.00 $975.00 $ 13.85 $540.15 $ 14.00 $546.00 $2.00 $78.00 $- $- 27.3Mulching $ 32.00 $1,248.00 $ 76.92 $2,999.88 $ 82.00 $3,198.00 $2.00 $78.00 $- $- 27.4Canopy Tree & Palm Maintenance $7.00 $273.00 $ 23.08 $900.12 $9.00 $351.00 $2.00 $78.00 $- $- 28.1Standard Service $ 504.00 $ 19,656.00 $ 803.08 $ 31,320.12 $ 762.00 $29,718.00 $ 190.00 $7,410.00 $- $- 28.2Irrigation Services $ 138.00 $5,382.00 $ 27.69 $1,079.91 $ 57.00 $2,223.00 $2.00 $78.00 $- $- 28.3Mulching $ 64.00 $2,496.00 $ 205.13 $8,000.07 $ 97.00 $3,783.00 $2.00 $78.00 $- $- 28.4Canopy Tree & Palm Maintenance $ 13.00 $507.00 $ 73.85 $2,880.15 $ 10.00 $390.00 $2.00 $78.00 $- $- 29.1Standard Service $ 603.00 $ 23,517.00 $ 1,240.00 $ 48,360.00 $ 874.00 $34,086.00 $ 515.00 $ 20,085.00 $- $- 29.2Irrigation Services $ 85.00 $3,315.00 $ 27.69 $1,079.91 $ 70.00 $2,730.00 $2.00 $78.00 $- $- 29.3Mulching $ 64.00 $2,496.00 $ 358.97 $13,999.83 $ 24.00 $936.00 $5.00 $195.00 $- $- 29.4Canopy Tree & Palm Maintenance $ 13.00 $507.00 $ 92.31 $3,600.09 $ 22.00 $858.00 $ 10.00 $390.00 $- $- 30.1Standard Service $ 245.00 $9,555.00 $ 933.85 $ 36,420.15 $ 401.00 $15,639.00 $ 180.00 $7,020.00 $- $- 30.2Irrigation Services $ 51.00 $1,989.00 $ 27.69 $1,079.91 $ 25.00 $975.00 $2.00 $78.00 $- $- 30.3Mulching $ 89.00 $3,471.00 $ 256.41 $9,999.99 $ 73.00 $2,847.00 $2.00 $78.00 $- $- 30.4Canopy Tree & Palm Maintenance $3.00 $117.00 $ 92.31 $3,600.09 $1.00 $39.00 $2.00 $78.00 $- $- 31.1Standard Service $ 178.00 $6,942.00 $ 628.46 $ 24,509.94 $ 287.00 $11,193.00 $ 275.00 $ 10,725.00 $- $- 31.2Irrigation Services $ 69.00 $2,691.00 $ 27.69 $1,079.91 $ 18.00 $702.00 $2.00 $78.00 $- $- 31.3Mulching $ 37.00 $1,443.00 $ 205.13 $8,000.07 $ 57.00 $2,223.00 $2.00 $78.00 $- $- 31.4Canopy Tree & Palm Maintenance $ 10.00 $390.00 $ 73.85 $2,880.15 $ 18.00 $702.00 $2.00 $78.00 $- $- A&M Property Maintenance LLC (Non-responsive)Synergy Contracting Group Inc(Non-responsive)Mainscape, Inc.Superior Landscaping & Lawn Service Inc.ZONE 3(23 building locations)3750 Enterprise AvenueGolden Gate Library 2432 Lucern RoadSupervisor of ElectionsBrightView Landscape Services, Inc.**Calculation/rounding errorSection 1.0 ROUTINE SERVICES4800 Davis BlvdMotor Vehicle Building 725 N. Airport RoadGolden Gate Government Center 4707 Golden Gate ParkwayEmergency Services Center 8075 Lely Cultural PkwyIrrigation Material Markup 30%Equipment Markup 15%Subcontractor Markup 15%7610 Davis BlvdBCC Fleet 2901 County Barn RoadGolden Gate Senior Center 4948 Coronado ParkwayGG EMS/Fire 4741 Golden Gate ParkwayCCSO Substation/EMS #21 111221 Tamiami Trail E.Road & Bridge4715 Golden Gate ParkwayCCSO Golden Gate Substation*Failed to sign agreementLandscape Material Markup 15%CCSO Fleet 2885 County Barn RoadCAT/Administration & Fleet 8300 Radio RoadDomestic Animal ServicesXXXPage 3317 of 4096 32.1Standard Service $ 98.00 $3,822.00 $ 480.00 $ 18,720.00 $ 202.00 $7,878.00 $ 87.00 $3,393.00 $- $- 32.2Irrigation Services $ 48.00 $1,872.00 $ 13.85 $540.15 $ 14.00 $546.00 $2.00 $78.00 $- $- 32.3Mulching $ 32.00 $1,248.00 $ 102.56 $3,999.84 $ 24.00 $936.00 $2.00 $78.00 $- $- 32.4Canopy Tree & Palm Maintenance $ 10.00 $390.00 $ 27.69 $1,079.91 $ 1.00 $39.00 $2.00 $78.00 $- $- 33.1Standard Service $ 876.00 $ 34,164.00 $ 558.46 $ 21,779.94 $ 1,300.00 $50,700.00 $ 730.00 $ 28,470.00 $- $- 33.2Irrigation Services $ 135.00 $5,265.00 $ 13.85 $540.15 $ 100.00 $3,900.00 $5.00 $195.00 $- $- 33.3Mulching $ 165.00 $6,435.00 $ 102.56 $3,999.84 $ 146.00 $5,694.00 $ 10.00 $390.00 $- $- 33.4Canopy Tree & Palm Maintenance $ 59.00 $2,301.00 $ 36.92 $1,439.88 $ 55.00 $2,145.00 $ 25.00 $975.00 $- $- 34.1Standard Service $ 245.00 $9,555.00 $ 836.92 $ 32,639.88 $ 359.00 $14,001.00 $ 175.00 $6,825.00 $- $- 34.2Irrigation Services $ 51.00 $1,989.00 $ 27.69 $1,079.91 $ 23.00 $897.00 $2.00 $78.00 $- $- 34.3Mulching $ 26.00 $1,014.00 $ 205.13 $8,000.07 $ 32.00 $1,248.00 $2.00 $78.00 $- $- 34.4Canopy Tree & Palm Maintenance $5.00 $195.00 $ 73.85 $2,880.15 $ 10.00 $390.00 $2.00 $78.00 $- $- 35.1Standard Service $ 323.00 $ 12,597.00 $ 1,256.92 $ 49,019.88 $ 550.00 $21,450.00 $ 365.00 $ 14,235.00 $- $- 35.2Irrigation Services $ 123.00 $4,797.00 $ 27.69 $1,079.91 $ 35.00 $1,365.00 $5.00 $195.00 $- $- 35.3Mulching $ 57.00 $2,223.00 $ 358.97 $13,999.83 $ 73.00 $2,847.00 $5.00 $195.00 $- $- 35.4Canopy Tree & Palm Maintenance $ 36.00 $1,404.00 $ 92.31 $3,600.09 $ 39.00 $1,521.00 $5.00 $195.00 $- $- 36.1Standard Service $ 28.00 $1,092.00 $ 480.00 $18,720.00 $ 44.00 $1,716.00 $ 37.00 $1,443.00 $- $- 36.2Irrigation Services $ 25.00 $975.00 $ 13.85 $540.15 $ 3.00 $117.00 $2.00 $78.00 $- $- 36.3Mulching $6.00 $234.00 $ 76.92 $2,999.88 $ 12.00 $468.00 $2.00 $78.00 $- $- 36.4Canopy Tree & Palm Maintenance $2.00 $78.00 $ 23.08 $900.12 $ 19.00 $741.00 $2.00 $78.00 $- $- 37.1Standard Service $ 35.00 $1,365.00 $ 480.00 $18,720.00 $ 44.00 $1,716.00 $ 40.00 $1,560.00 $- $- 37.2Irrigation Services $ 17.00 $663.00 $ 13.85 $540.15 $ 3.00 $117.00 $2.00 $78.00 $- $- 37.3Mulching $6.00 $234.00 $ 76.92 $2,999.88 $ 12.00 $468.00 $2.00 $78.00 $- $- 37.4Canopy Tree & Palm Maintenance $2.00 $78.00 $ 23.08 $900.12 $ 19.00 $741.00 $2.00 $78.00 $- $- 38.1Standard Service $ 44.00 $1,716.00 $ 480.00 $18,720.00 $ 52.00 $2,028.00 $ 50.00 $1,950.00 $- $- 38.2Irrigation Services $1.00 $39.00 $ 13.85 $540.15 $1.00 $39.00 $2.00 $78.00 $- $- 38.3Mulching $6.00 $234.00 $ 76.92 $2,999.88 $1.00 $39.00 $2.00 $78.00 $- $- 38.4Canopy Tree & Palm Maintenance $ 11.00 $429.00 $ 23.08 $900.12 $ 19.00 $741.00 $2.00 $78.00 $- $- 39.1Standard Service $ 46.00 $1,794.00 $ 340.00 $13,260.00 $ 46.00 $1,794.00 $ 72.00 $2,808.00 $- $- 39.2Irrigation Services $1.00 $39.00 $ 13.85 $540.15 $3.00 $117.00 $2.00 $78.00 $- $- 39.3Mulching $6.00 $234.00 $ 25.64 $999.96 $ 16.00 $624.00 $2.00 $78.00 $- $- 39.4Canopy Tree & Palm Maintenance $ 11.00 $429.00 $ 18.46 $719.94 $ 15.00 $585.00 $2.00 $78.00 $- $- 40.1Standard Service $ 165.00 $6,435.00 $ 488.46 $ 19,049.94 $ 265.00 $10,335.00 $ 129.00 $5,031.00 $- $- 40.2Irrigation Services $ 53.00 $2,067.00 $ 13.85 $540.15 $ 15.00 $585.00 $2.00 $78.00 $- $- 40.3Mulching $ 13.00 $507.00 $ 102.56 $3,999.84 $ 24.00 $936.00 $2.00 $78.00 $- $- 40.4Canopy Tree & Palm Maintenance $4.00 $156.00 $ 27.69 $1,079.91 $1.00 $39.00 $2.00 $78.00 $- $- $ 302,133.00 $ 753,480.78 $ 390,429.00 $ 211,107.00 $- Line ItemDescriptionQuantityUnitUnit Price Extended Price Unit Price Extended Price Unit PriceExtended PriceUnit Price Extended Price Unit Price Extended Price1 Landscape Laborer1Hour $ 55.00 $55.00 $ 38.00 $38.00 $ 45.00 $45.00 $ 30.00 $30.00 $- $- 2Landscape Supervisor1Hour $ 65.00 $65.00 $ 68.00 $ 68.00 $ 60.00 $60.00 $ 45.00 $45.00 $- $- 3Irrigation Technician1Hour $ 75.00 $75.00 $ 45.00 $ 45.00 $ 60.00 $60.00 $ 50.00 $50.00 $- $- 4Irrigation Supervisor1Hour $ 85.00 $85.00 $ 75.00 $ 75.00 $ 80.00 $80.00 $ 60.00 $60.00 $- $- 5Equipment Operator1Hour $ 250.00 $250.00 $ 75.00 $75.00 $ 75.00 $75.00 $ 65.00 $65.00 $- $- Line ItemDescriptionQuantityUnitUnit Price Extended Price Unit Price Extended Price Unit PriceExtended PriceUnit Price Extended Price Unit Price Extended Price6 Bucket Truck 1Hour $ 300.00 $300.00 $ 245.00 $245.00 $ 150.00 $150.00 $ 125.00 $125.00 $- $- 7Mini Excavator 1Hour $ 450.00 $450.00 $ 175.00 $175.00 $ 150.00 $150.00 $ 85.00 $85.00 $- $- 8Skid Loader 1Hour $ 250.00 $250.00 $ 175.00 $175.00 $ 150.00 $150.00 $ 85.00 $85.00 $- $- $1,530.00 $896.00 $770.00 $545.00 $- $ 303,663.00 $ 754,376.78 $ 391,199.00 $ 211,652.00 $- 2015 Bay Street1800 Danford StreetProperty Appraiser3950 Radio RoadEquipment Markup 15%Subcontractor Markup 15%EQUIPMENTSECTION 3.0 MARKUP South Regional Library8065 Lely Cultural PkwyEMS #754590 Santa Barbara1800/1812 Danford Street1973 Bay Street House1973 Bay Street2015 Bay Street HouseBay St Vacant Lot (between houses 1987/2001 Bay StreetZone 3 - Routine Services SubtotalZone 3 - Additional Services SubtotalZONE 3 - TOTAL BIDLandscape Material Markup 15%Irrigation Material Markup 30%SECTION 2.0. ADDITIONAL SERVICES: Labor and Equipment line item prices do no apply to Section 1.0 Routine Services. LABOR HOURS: These hours are not part of the routine landscape maintenance services. The division may request additional services as needed. Regular business hours are Monday through Friday from 7:00 AM to 5:00 PM. ** Overtime (OT) hours are weekdays from 5:01 p.m. to 6:59 a.m., weekends, and county-observed holidays. OT rates apply to labor calculated at 1.5 times the unit price; OT will require pre-approval by the Division Project Manager or designee. EMS #253675 The Lord's Way*Failed to sign agreementEast Naples Library8787 Tamiami Trail EXXXPage 3318 of 4096 Line ItemBuildingAddressService TypeService Rate*Extended Rate ( 39 weeks)Service Rate*Extended Rate ( 39 weeks)Service Rate*Extended Rate ( 39 weeks)Service Rate*Extended Rate ( 39 weeks)Service Rate*Extended Rate ( 39 weeks)41.1Standard Service $- $- $ 1,369.24 $ 53,400.36 $ - $- $ 775.00 $ 30,225.00 $ 800.00 $ 31,200.00 41.2Irrigation Services $- $- $ 51.32 $2,001.48 $ - $- $ 5.00 $195.00 $ 100.00 $3,900.00 41.3Mulching $- $- $ 118.87 $4,635.93 $ - $- $ 10.00 $390.00 $- $- 41.4Canopy Tree & Palm Maintenance $- $- $ 373.32 $14,559.48 $ - $- $ 20.00 $780.00 $ 1,500.00 $ 58,500.00 42.1Standard Service $- $- $ 413.84 $16,139.76 $ - $- $ 90.00 $3,510.00 $ 100.00 $3,900.00 42.2Irrigation Services $- $- $ 20.53 $800.67 $ - $- $2.00 $78.00 $ 50.00 $1,950.00 42.3Mulching $- $- $ 26.63 $1,038.57 $ - $- $ 2.00 $78.00 $ 100.00 $3,900.00 42.4Canopy Tree & Palm Maintenance $- $- $ 37.34 $1,456.26 $ - $- $ 2.00 $78.00 $ 200.00 $7,800.00 43.1Standard Service $- $- $ 659.11 $25,705.29 $ - $- $ 90.00 $3,510.00 $ 200.00 $7,800.00 43.2Irrigation Services $- $- $ 30.79 $1,200.81 $ - $- $2.00 $78.00 $ 75.00 $2,925.00 43.3Mulching $- $- $ 85.35 $3,328.65 $ - $- $ 2.00 $78.00 $ 300.00 $ 11,700.00 43.4Canopy Tree & Palm Maintenance $- $- $ 29.87 $1,164.93 $ - $- $ 2.00 $78.00 $ 800.00 $ 31,200.00 44.1Standard Service $- $- $ 530.79 $20,700.81 $ - $- $ 75.00 $2,925.00 $ 100.00 $3,900.00 44.2Irrigation Services $- $- $ 20.53 $800.67 $ - $- $2.00 $78.00 $ 75.00 $2,925.00 44.3Mulching $- $- $ 85.35 $3,328.65 $ - $- $ 2.00 $78.00 $ 300.00 $ 11,700.00 44.4Canopy Tree & Palm Maintenance $- $- $ 29.87 $1,164.93 $ - $- $ 2.00 $78.00 $ 800.00 $ 31,200.00 45.1Standard Service $- $- $ 281.73 $10,987.47 $ - $- $ 25.00 $975.00 $ 100.00 $3,900.00 45.2Irrigation Services $- $- $ 10.26 $400.14 $ - $- $2.00 $78.00 $- $- 45.3Mulching $- $- $ 4.03 $157.17 $ - $- $2.00 $78.00 $- $- 45.4Canopy Tree & Palm Maintenance $- $- $ 7.47 $291.33 $ - $- $2.00 $78.00 $- $- 46.1Standard Service $- $- $ 525.53 $20,495.67 $ - $- $ 550.00 $ 21,450.00 $ 200.00 $7,800.00 46.2Irrigation Services $- $- $ 20.53 $800.67 $ - $- $5.00 $195.00 $- $- 46.3Mulching $- $- $ 26.63 $1,038.57 $ - $- $5.00 $195.00 $- $- 46.4Canopy Tree & Palm Maintenance $- $- $ 14.94 $582.66 $ - $- $ 5.00 $195.00 $ 200.00 $7,800.00 47.1Standard Service $- $- $ 516.37 $20,138.43 $ - $- $ 120.00 $4,680.00 $ 200.00 $7,800.00 47.2Irrigation Services $- $- $ 10.26 $400.14 $ - $- $ 5.00 $195.00 $ 75.00 $2,925.00 47.3Mulching $- $- $ 53.26 $2,077.14 $ - $- $ 5.00 $195.00 $ 300.00 $ 11,700.00 47.4Canopy Tree & Palm Maintenance $- $- $ 29.87 $1,164.93 $ - $- $ 5.00 $195.00 $ 400.00 $ 15,600.00 48.1Standard Service $- $- $ 662.31 $25,830.09 $ - $- $ 60.00 $2,340.00 $ 100.00 $3,900.00 48.2Irrigation Services $- $- $ 20.53 $800.67 $ - $- $ 5.00 $195.00 $ 75.00 $2,925.00 48.3Mulching $- $- $ 170.70 $6,657.30 $ - $- $ 5.00 $195.00 $ 300.00 $ 11,700.00 48.4Canopy Tree & Palm Maintenance $- $- $ 59.73 $2,329.47 $ - $- $ 5.00 $195.00 $ 500.00 $ 19,500.00 49.1Standard Service $- $- $ 779.26 $30,391.14 $ - $- $ 345.00 $ 13,455.00 $ 400.00 $ 15,600.00 49.2Irrigation Services $- $- $ 30.79 $1,200.81 $ - $- $ 5.00 $195.00 $ 100.00 $3,900.00 49.3Mulching $- $- $ 145.66 $5,680.74 $ - $- $ 5.00 $195.00 $ 500.00 $ 19,500.00 49.4Canopy Tree & Palm Maintenance $- $- $ 37.34 $1,456.26 $ - $- $ 5.00 $195.00 $ 1,000.00 $ 39,000.00 50.1Standard Service $- $- $ 545.37 $21,269.43 $ - $- $ 270.00 $ 10,530.00 $ 300.00 $ 11,700.00 50.2Irrigation Services $- $- $ 20.53 $800.67 $ - $- $2.00 $78.00 $ 75.00 $2,925.00 50.3Mulching $- $- $ 133.14 $5,192.46 $ - $- $ 2.00 $78.00 $ 300.00 $ 11,700.00 50.4Canopy Tree & Palm Maintenance $- $- $ 37.34 $1,456.26 $ - $- $ 2.00 $78.00 $ 400.00 $ 15,600.00 51.1Standard Service $- $- $ 652.40 $25,443.60 $ - $- $ 270.00 $ 10,530.00 $ 300.00 $ 11,700.00 51.2Irrigation Services $- $- $ 20.53 $800.67 $ - $- $2.00 $78.00 $ 75.00 $2,925.00 51.3Mulching $- $- $ 115.62 $4,509.18 $ - $- $ 2.00 $78.00 $ 300.00 $ 11,700.00 51.4Canopy Tree & Palm Maintenance $- $- $ 37.34 $1,456.26 $ - $- $ 2.00 $78.00 $ 400.00 $ 15,600.00 52.1Standard Service $- $- $ 279.92 $10,916.88 $ - $- $ 85.00 $3,315.00 $ 125.00 $4,875.00 52.2Irrigation Services $- $- $ 10.26 $400.14 $ - $- $2.00 $78.00 $ 50.00 $1,950.00 52.3Mulching $- $- $ 34.14 $1,331.46 $ - $- $ 2.00 $78.00 $ 200.00 $7,800.00 52.4Canopy Tree & Palm Maintenance $- $- $ 14.94 $582.66 $ - $- $ 2.00 $78.00 $ 250.00 $9,750.00 53.1Standard Service $- $- $ 840.61 $32,783.79 $ - $- $ 270.00 $ 10,530.00 $ 900.00 $ 35,100.00 53.2Irrigation Services $- $- $ 41.06 $1,601.34 $ - $- $2.00 $78.00 $ 75.00 $2,925.00 53.3Mulching $- $- $ 243.53 $9,497.67 $ - $- $ 2.00 $78.00 $ 500.00 $ 19,500.00 53.4Canopy Tree & Palm Maintenance $- $- $ 89.60 $3,494.40 $ - $- $2.00 $78.00 $ 1,000.00 $39,000.00 54.1Standard Service $- $- $ 525.53 $20,495.67 $ - $- $ 110.00 $4,290.00 $ 250.00 $9,750.00 54.2Irrigation Services $- $- $ 20.53 $800.67 $ - $- $2.00 $78.00 $ 75.00 $2,925.00 54.3Mulching $- $- $ 92.87 $3,621.93 $ - $- $ 2.00 $78.00 $ 200.00 $7,800.00 54.4Canopy Tree & Palm Maintenance $- $- $ 29.87 $1,164.93 $ - $- $ 2.00 $78.00 $ 200.00 $7,800.00 55.1Standard Service $- $- $ 538.36 $20,996.04 $ - $- $ 110.00 $4,290.00 $ 200.00 $7,800.00 55.2Irrigation Services $- $- $ 30.79 $1,200.81 $ - $- $2.00 $78.00 $ 50.00 $1,950.00 55.3Mulching $- $- $ 72.83 $2,840.37 $ - $- $ 2.00 $78.00 $ 200.00 $7,800.00 55.4Canopy Tree & Palm Maintenance $- $- $ 29.87 $1,164.93 $ - $- $ 2.00 $78.00 $ 200.00 $7,800.00 A&M Property Maintenance LLC (Non-responsive)14700 Immokalee RoadMainscape, Inc.Superior Landscaping & Lawn Service Inc.BrightView Landscape Services, Inc.ZONE 4 (21 building locations)Section 1.0 ROUTINE SERVICESCCSO Marco Island Substation990 N. Barfield DriveEverglades Museum105 W. Broadway14750 Immokalee RoadIM Vacant Lot (next to CCSO/EMS) 106 S 1st StreetImmokalee Fleet/Facilities/Road & Bridge 415 Sgt Joe Jones RoadImmokalee Health Building491 1st StreetImmokalee Code EnforcementCCSO Immokalee Substation/EMS #30 101 S 1st StreetEMS #1014756 Immokalee RoadMarco Island Tax Collector1040 Winterberry DriveMarco Island Museum1264 Mistletoe CourtIM Jail (Perimeter only)Sgt. Joe Jones RoadUniversity Extension OfficeCCSO Corkscrew Substation310 Alachua StreetImmokalee Government Center106 S 1st StreetRoberts Ranch 1215 Roberts Road WSynergy Contracting Group Inc(Non-responsive)*Failed to sign agreementXXXPage 3319 of 4096 56.1Standard Service $- $- $ 558.19 $21,769.41 $ - $- $ 90.00 $3,510.00 $ 200.00 $7,800.00 56.2Irrigation Services $- $- $ 20.53 $800.67 $ - $- $2.00 $78.00 $ 75.00 $2,925.00 56.3Mulching $- $- $ 68.28 $2,662.92 $ - $- $ 2.00 $78.00 $ 250.00 $9,750.00 56.4Canopy Tree & Palm Maintenance $- $- $ 29.87 $1,164.93 $ - $- $ 2.00 $78.00 $ 400.00 $ 15,600.00 57.1Standard Service $- $- $ 574.06 $22,388.34 $ - $- $ 225.00 $8,775.00 $ 400.00 $ 15,600.00 57.2Irrigation Services $- $- $ 30.79 $1,200.81 $ - $- $2.00 $78.00 $ 75.00 $2,925.00 57.3Mulching $- $- $ 145.66 $5,680.74 $ - $- $ 2.00 $78.00 $ 300.00 $ 11,700.00 57.4Canopy Tree & Palm Maintenance $- $- $ 29.87 $1,164.93 $ - $- $ 2.00 $78.00 $ 400.00 $ 15,600.00 58.1Standard Service $- $- $ 585.75 $22,844.25 $ - $- $ 685.00 $ 26,715.00 $ 900.00 $ 35,100.00 58.2Irrigation Services $- $- $ 20.53 $800.67 $ - $- $ 5.00 $195.00 $ 75.00 $2,925.00 58.3Mulching $- $- $ 220.77 $8,610.03 $ - $- $ 5.00 $195.00 $ 400.00 $ 15,600.00 58.4Canopy Tree & Palm Maintenance $- $- $ 59.73 $2,329.47 $ - $- $ 10.00 $390.00 $ 1,000.00 $ 39,000.00 59.1Standard Service $- $- $ 536.90 $20,939.10 $ - $- $ 340.00 $ 13,260.00 $ 350.00 $ 13,650.00 59.2Irrigation Services $- $- $ 20.53 $800.67 $ - $- $ 5.00 $195.00 $ 75.00 $2,925.00 59.3Mulching $- $- $ 72.83 $2,840.37 $ - $- $ 5.00 $195.00 $ 250.00 $9,750.00 59.4Canopy Tree & Palm Maintenance $- $- $ 29.87 $1,164.93 $ - $- $ 5.00 $195.00 $ 250.00 $9,750.00 60.1Standard Service $- $- $ 277.52 $10,823.28 $ - $- $ 60.00 $2,340.00 $ 100.00 $3,900.00 60.2Irrigation Services $- $- $ 10.26 $400.14 $ - $- $2.00 $78.00 $- $- 60.3Mulching $- $- $ 3.53 $137.67 $ - $- $2.00 $78.00 $- $- 60.4Canopy Tree & Palm Maintenance $- $- $ 7.47 $291.33 $ - $- $ 2.00 $78.00 $ 250.00 $9,750.00 61.1Standard Service $- $- $ 277.52 $10,823.28 $ - $- $ 60.00 $2,340.00 $ 100.00 $3,900.00 61.2Irrigation Services $- $- $ 10.26 $400.14 $ - $- $2.00 $78.00 $- $- 61.3Mulching $- $- $ 3.53 $137.67 $ - $- $2.00 $78.00 $- $- 61.4Canopy Tree & Palm Maintenance $- $- $ 7.47 $291.33 $ - $- $2.00 $78.00 $- $- $- ** $ 598,597.35 $- $ 191,841.00 ** $ 874,575.00 Line ItemDescriptionQuantityUnitUnit Price Extended Price Unit Price Extended Price Unit PriceExtended PriceUnit Price Extended Price Unit Price Extended Price1 Landscape Laborer1Hour $- $- $ 38.00 $ 38.00 $- $- $ 30.00 $30.00 $ 60.00 $60.00 2Landscape Supervisor 1Hour $- $- $ 68.00 $ 68.00 $- $- $ 45.00 $45.00 $ 75.00 $75.00 3Irrigation Technician1Hour $- $- $ 45.00 $ 45.00 $- $- $ 50.00 $50.00 $ 75.00 $75.00 4Irrigation Supervisor 1Hour $- $- $ 75.00 $ 75.00 $- $- $ 60.00 $60.00 $ 85.00 $85.00 5Equipment Operator 1Hour $- $- $ 75.00 $ 75.00 $- $- $ 65.00 $65.00 $ 100.00 $100.00 Line ItemDescriptionQuantityUnitUnit Price Extended Price Unit Price Extended Price Unit PriceExtended PriceUnit Price Extended Price Unit Price Extended Price6 Bucket Truck 1Hour $- $- $ 245.00 $245.00 $- $- $ 125.00 $125.00 $ 150.00 $150.00 7Mini Excavator 1Hour $- $- $ 175.00 $ 175.00 $- $- $ 85.00 $85.00 $ 200.00 $200.00 8Skid Loader 1Hour $- $- $ 175.00 $175.00 $- $- $ 85.00 $85.00 $ 250.00 $250.00 $- $896.00 $- $545.00 $995.00 $- $ 599,493.35 $- $ 192,386.00 $ 875,570.00 *Minor IrregularityYES/NOYES*REQUIRED FORMS**Calculation/rounding errorFORM 1: VENDOR DECLARATION STATEMENTYESYESYES/NOYESYESYESMainscape, Inc.Superior Landscaping & Lawn Service Inc.BrightView Landscape Services, Inc.A&M Property Maintenance LLC (Non-responsive)Synergy Contracting Group Inc(Non-responsive)YES/NOYES*YES*YESYESYESYES*YESYESYESYESYES*YESYESYES*YESYESYESYES*YESYES*YES*YES*N/ANO*YESYES*YESYESYES*NOYESYESYESYESYESYES*YESYESYESYESYESYESYESYESYESFORM 3: IMMIGRATION AFFIDAVIT CERTIFICATIONFORM 4: LOCAL VENDOR PREFERENCE CERTIFICATIONFORM 5: REFERENCE QUESTIONNAIRESSUNBIZE-VERIFYLOCAL BUSINESS TAX RECEIPTW-9ADDENDA (3)CERTIFICATES/LICENSESFORM 2: CONFLICT OF INTEREST CERTIFICATION AFFIDAVITYES/NOYESYESYES/NOYES*YESSECTION 2.0. ADDITIONAL SERVICES: Labor and Equipment line item prices do no apply to Section 1.0 Routine Services. LABOR HOURS: These hours are not part of the routine landscape maintenance services. The division may request additional services as needed. Regular business hours are Monday through Friday from 7:00 AM to 5:00 PM. ** Overtime (OT) hours are weekdays from 5:01 p.m. to 6:59 a.m., weekends, and county-observed holidays. OT rates apply to labor calculated at 1.5 times the unit price; OT will require pre-approval by the Division Project Manager or designee. SECTION 3.0 MARKUP Zone 4 - Routine Services SubtotalImmokalee Library 417 N 1st StreetEQUIPMENTGolden Gate Estates Library1266 Golden Gate BlvdIrrigation Material Markup 30%Marco Island Library210 S. HeathwoodEMS #7195 13th Ave SWEquipment Markup 15%Subcontractor Markup 15%Zone 4 - Additional Services SubtotalZONE 4 - TOTAL BIDLandscape Material Markup 15%131 1st St NW131 1st St NW165 GG Blvd W165 Golden Gate Blvd WWitnessed by: Brooke Roxberry*Failed to sign agreement*Failed to sign agreementOpened on: December 12, 2024, at 3:00 PMOpened by: Sarah HamiltonXXPage 3320 of 4096 Notice of Recommended Award Solicitation: 24-8288 Title: Grounds Maintenance – County Facilities Due Date and Time: December 12, 2024, at 3:00 PM EST Respondents: Company Name City County State Bid Amount Responsive/ Responsible Mainscape, Inc. Naples/Bonita Springs Collier/Lee FL Primary: Zone 1: $271,449.00 Zone 2: $292,548.00 Zone 3: $303,663.00 Not Awarded: Zone 4: No Bid Yes/Yes Superior Landscaping & Lawn Service Inc. Ft. Myers Lee FL Secondary: Zone 1: $287,772.20 Not Awarded: Zone 2: $564,187.04 Zone 3: $754,376.78 Zone 4: $599,493.35 Yes/Yes BrightView Landscape Services, Inc. Naples/Ft. Myers Collier/Lee FL Secondary: Zone 2: $366,395.00 Zone 3: $391,199.00 Not Awarded: Zone 1: No Bid Zone 4: No Bid Yes/Yes Synergy Contracting Group Inc Bowling Green Warren KY Zone 1: $150,544.85 Zone 2: $196,676.00 Zone 3: $211,652.00 Zone 4: $192,386.00 No/Yes A&M Property Maintenance LLC Ave Maria Collier FL Zone 1: No Bid Zone 2: No Bid Zone 3: No Bid Zone 4: $875,570.00 No/Yes Utilized Local Vendor Preference: Yes No Recommended Vendors for Award: On November 5, 2024, Procurement Services Division released notices for Invitation to Bid (ITB) No. 24-8288, Grounds Maintenance – County Facilities. Two thousand, four hundred and fifty-nine (2,459) notifications were sent, nine-hundred and seventeen (917) vendors viewed the bid information, and five (5) bids were submitted by the December 12, 2024, submission deadline. Staff found Mainscape, Inc., Superior Landscaping & Lawn Services Inc., and BrightView Landscape Services, Inc. to be responsive/responsible, with minor irregularities. Synergy Contracting Group was deemed non‐responsive Docusign Envelope ID: BA663602-D44D-4E04-A579-D05203ABFB86 Page 3321 of 4096 for failing to submit all licenses required in the bid documents. A&M Property Maintenance LLC was deemed non-responsive for Zone 4 for failing to submit pricing for all line items within the Zone, as required in the bid documents. Staff recommends awards as shown below. Staff has elected not to award and resolicit Zone 4, and to only award to Primary and Secondary Vendors for Zones 1, 2, and 3, as determined to be in the best interest of the County and pursuant to Procurement Ordinance, Section 12, Reserved Rights. Zone 1: Primary Vendor: Mainscape, Inc. Secondary Vendor: Superior Landscaping & Lawn Service, Inc. Zones 2 and 3: Primary Vendor: Mainscape, Inc. Secondary Vendor: BrightView Landscape Services, Inc. Zone 4: Staff has reviewed the bids received and the County has elected not to award Zone 4. The County will resolicit for this Zone under a Supplemental Invitation to Bid. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: BA663602-D44D-4E04-A579-D05203ABFB86 2/28/2025 2/28/2025 2/28/2025 Page 3322 of 4096 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 3323 of 4096 Page 3324 of 4096 Page 3325 of 4096 Page 3326 of 4096 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 3327 of 4096 Page 3328 of 4096 Page 3329 of 4096 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 46216 10172 Y Y N Page 3330 of 4096 1001486 132849.14 04-13-2022 INSR LTR TYPE OF INSURANCE ADD INSD SUB WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY)LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC OTHER: EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence)$ MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident)$ BODILY INJURY (Per person)$ BODILY INJURY (Per accident)$ PROPERTY DAMAGE (Per accident)$ $ UMBRELLA LIAB OCCUR EXCESS LIAB CLAIMS-MADE DED RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A PER STATUTE OTH- ER $ E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CANCELLATION E-MAIL ADDRESS: CONTACT NAME:PHONE (A/C, No, Ext): FAX (A/C, No): INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : PRODUCER INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD AUTHORIZED REPRESENTATIVE A K94 5581-F19-59 06/19/2024 06/19/2025 1,000,000 MEDICAL EXPENSES 5,000 bernardo@rplanter.com Bernardo Valencia 305 705 2559 State Farm Mutual Automobile Insurance Company 25178 Rodrigo Planter Insurance Agency 2018 NE 164th st. N Miami Beach FL 33162 SUPERIOR LANDSCAPING & LAWN SERVICE INC PO BOX 350095 MIAMI FL 33135-0095 12/09/2024 Collier County Board of County Commissioners 3295 Tamiami Trail E Naples FL 34112 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County included as and Additional Insured on a primary and non-contributory basis with regards to Auto Liability. Waiver of subrogation applies to the Additional Insured with regards to Auto Liability. All of the above is applicable when required by written contract for any and all work performed on behalf of Collier County. Completed by an authorized State Farm representative. If signature is required, please contact a State Farm agent. Page 3331 of 4096 Page 3332 of 4096 Page 3333 of 4096 Page 3334 of 4096 Page 3335 of 4096 Page 3336 of 4096 Page 3337 of 4096 Page 3338 of 4096 Page 3339 of 4096 Page 3340 of 4096 Page 3341 of 4096 Page 3342 of 4096 Page 3343 of 4096 Page 3344 of 4096 Page 3345 of 4096 Page 3346 of 4096 Page 3347 of 4096 Page 3348 of 4096 Page 3349 of 4096 Page 3350 of 4096 Page 3351 of 4096 Page 3352 of 4096 Page 3353 of 4096 Page 3354 of 4096 Page 3355 of 4096 Page 3356 of 4096 Page 3357 of 4096 Page 3358 of 4096 Page 3359 of 4096 Page 3360 of 4096 Page 3361 of 4096 Page 3362 of 4096 Page 3363 of 4096 Page 3364 of 4096 Page 3365 of 4096 Page 3366 of 4096 Page 3367 of 4096 Page 3368 of 4096 Page 3369 of 4096 Page 3370 of 4096 Page 3371 of 4096 Page 3372 of 4096 Page 3373 of 4096 Page 3374 of 4096 Page 3375 of 4096 Page 3376 of 4096 Page 3377 of 4096 Page 3378 of 4096 Page 3379 of 4096 Page 3380 of 4096 Page 3381 of 4096 Page 3382 of 4096 Page 3383 of 4096 Page 3384 of 4096 Page 3385 of 4096 Page 3386 of 4096 Page 3387 of 4096 Page 3388 of 4096 Page 3389 of 4096 Page 3390 of 4096 Page 3391 of 4096 Page 3392 of 4096 Page 3393 of 4096 Page 3394 of 4096 Page 3395 of 4096 Page 3396 of 4096 Page 3397 of 4096 Page 3398 of 4096 Page 3399 of 4096 Page 3400 of 4096 Page 3401 of 4096 Page 3402 of 4096 Page 3403 of 4096 Page 3404 of 4096 Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR GROUNDS MAINTENANCE – COUNTY FACILITIES - SUPPLEMENTAL SOLICITATION NO.: 24-8288S RITA IGLESIAS, ASSISTANT PROCUREMENT DIRECTOR PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-1033 Rita.Iglesias@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Bidder may be grounds for rejection of the bid, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 3405 of 4096 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 24-8288S PROJECT TITLE: GROUNDS MAINTENANCE – COUNTY FACILITIES - SUPPLEMENTAL DUE DATE: WEDNESDAY, APRIL 9, 2025, at 3:00 PM EST PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl INTRODUCTION As requested by the Facilities Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. The County intends to establish an agreement(s) with qualified Contractor(s) to provide grounds maintenance on Collier County-owned facilities. Historically, county departments have spent approximately $4,000,000.00 over the term of the current agreements; however, this may not be indicative of future buying patterns. BACKGROUND The Collier County Facilities Management Division is responsible for the maintenance, landscaping, and repair of irrigation systems for more than 60 sites throughout Collier County. The selected Contractor(s) will be tasked with providing all necessary labor, tools, equipment, supplies, and maintenance to effectively execute the specified scope of work at these sites. The services to be rendered include but are not limited to mowing, edging, blowing, clean-up, weed control, general site trimming, tree trimming, debris and trash removal, mulching, inspection, testing, and maintenance of irrigation systems. Additionally, the Contractor(s) will be responsible for applying fertilizers, insecticides, pest control measures, and any other specialty landscaping services as deemed necessary. TERM OF CONTRACT This solicitation was prepared to supplement the bid tabulation under Invitation to Bid #24-8288. The term of the agreement for this solicitation will run concurrently with the existing term of Bid #24-8288. Prices shall remain firm for the initial term of this contract. The County reserves the right to seek services outside of the awarded contract. A Purchase Order shall survive contract expiration to allow completion of work commenced prior to the contract expiration date. Blanket Purchase Orders will not survive the contract expiration date. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the Page 3406 of 4096 solicitation.  It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County.  For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Lowest total bid for Zone 4  Collier County reserves the right to select one, or more than one supplier, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • To Award a Primary, Secondary & Tertiary vendor for Zone 4  The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK Provide landscape and irrigation maintenance, pest control, fertilization, and related additional services to various Collier County-owned and operated sites. The Contractor(s) will provide all necessary labor, tools, equipment, supplies, and maintenance to effectively execute the specified scope of work across these sites. ZONES: Collier County Facilities Management has four zones for grounds maintenance. A county map with the boundary of each zone is attached to this solicitation. Yearly schedules for routine services with proposed days shall be submitted to the Division Representative or designee at the beginning of the contract and updated if there are any changes throughout the contract term. The Contractor will be expected to examine areas scheduled to receive the work under this agreement and locate conditions that will adversely affect the performance and quality of the work. The Contractor shall advise the Division Representative or designee of all such conditions and secure further directions from the Division Representative or designee as required. NOTE: This solicitation is a supplemental bid for ZONE 4 ONLY. The bid schedule includes Section 1.0 Routine Maintenance Services, Section 2.0 Additional Services, and Section 3.0 Markups. A. Zone 4: Other site locations throughout Collier County, excluding the Government Main Campus. • Complete routine services in a one-day time frame for each frequency and on the same consistent day unless specific variances are approved in advance by the Division Representative or designee (i.e., A particular site must be scheduled on a specific day of the week (i.e., Monday, Tuesday, Wednesday, etc.) • The Contractor shall request approval from the Division Representative or designee for additional time to complete routine services. SPECIFICATIONS: This contract covers full landscape and irrigation maintenance and repair services. The Contractor is responsible for maintaining the landscape and irrigation. If the Contractor finds issues they deem “out of their control,” such as no irrigation water coming onto a site or available, the Contractor shall be responsible for contacting the Division Representative or designee to note and document the concern. Another example is a large area of turf that is dead for reasons other than neglect of services (such as someone driving over the area and removing or destroying the grass); the Contractor shall be required to replace and mitigate the area by emailing the Division Representative or designee, so they can either issue a work order or request an estimate to repair the area. Immediately following contract commencement and during the contract, the Contractor must document the issues, provide mitigation proposals, and email them to the Division Representative or designee. No additional services are authorized unless approved by the Division Representative or designee. 1.0 Routine Services: The unit price includes labor, equipment, materials, tools, required reporting, transportation costs, insurance, overhead, and all necessary resources to perform the services. These services include: 1. Standard Services; 2. Irrigation Services 3. Mulching; 4. Canopy Tree & Palm Maintenance. It is the bidders' responsibility to understand the zone’s service area. The County will not accept requests for price increases because the vendor did not understand the service area for each property located in the zone. An aerial view of each site outlining the area to be serviced is provided as an attachment to the solicitation. All service areas include the right-of-way beyond any sidewalk. The frequency of routine service is as follows, but may be subject to change: Page 3407 of 4096 1. June – November (6 months) = Once a week 2. December – May (6 months) = Once every other week 1.1. Standard Services: These services include Mowing, Edging, Shrubs, Plants, and Groundcovers (General Site Trimming), Weed Control, Trash Removal, Pest Control, and Fertilization.  No debris shall be left upon completion of the work performed. All leaves, branches, debris, and trimmings shall be cleared from the site(s).  After mowing and edging, the Contractor will ensure that all sidewalks and curbs are blown clean, but no clippings or other debris shall be blown, deposited on adjacent property, accumulated on right-of-way areas, or disposed of in storm sewer drains. 1.1.1. Mowing:  All turf, including right-of-way, shall be mowed with mulching-type mower equipment to eliminate the need to bag and transport grass clippings; should bagging be necessary, the bagged clippings shall be collected and removed at no additional cost to the county. Grass shall be cut at an optimal height based on turf type using the current techniques and standards approved by the University of Florida, Institute of Food and Agriculture Services (UF/IFAS), which can be found at https://edis.ifas.ufl.edu/publication/LH028.  The Contractor shall use alternate mowing practices, patterns, or equipment to avoid creating wheel ruts or worn areas on the turf. Any areas of turf that become water-soaked during the period of this Contract shall be mowed with twenty-one-inch (21” +/-) diameter hand walk-behind type mowers to prevent wheel ruts in the turf caused by heavier type self-propelled rider mowers. The Contractor shall be responsible for repairing any ruts caused by their mowers at no additional cost to the county.  Median strips shall be mowed as needed for a well-maintained appearance as determined by the Division Representative or designee.  Before mowing, inspect blades to ensure they are sharp to provide a clean cut, and mowers are adjusted at the proper height for the specific turf's optimal height. NOTE: Mowing does not include the specialty plant beds located around the University Extension Office or the interior of the Collier County Museum. 1.1.2. Edging  Mechanical edging on the turf shall be done with each mowing along all sidewalk edges, back of concrete curbs, around all plant beds, utility service boxes, signposts, posts, valve boxes, sprinkler heads, and all other areas deemed necessary by the Division Representative or designee.  NO EDGING around trees or shrubs with a string trimmer will be permitted. Grass root runners found in edged plant beds shall be removed.  No chemicals shall be used for edging. NOTE: Edging does not include the specialty plant beds around the University Extension Office or the interior of the Collier County Museum. 1.1.3. Shrub, Plant and Groundcover Maintenance  Inspect groundcovers and shrubs and prune during service or on an as-needed basis to maintain the proper or required heights for visibility between 18 inches to a maximum height of 24 inches, vehicular movement purposes, and desired shape or form as determined by the Division Representative or designee. The Contractor will be notified by the Division Representative or designee to immediately trim plant materials that exceed the maximum height. Notify the Division Representative or designee within one (1) week of identification of any diseased or dying trees, shrubs, etc., so appropriate action can be taken.  Shrubs shall be trimmed as necessary to maintain a sculpted appearance and provide proper visibility for traffic flow, visual screening, pathway clearance, and landscape buffers. Prune shrubs to provide a uniform shape, fullness, and blooms. Shrub pruning should be done consistently throughout each site for all shrub types that require pruning so Page 3408 of 4096 that the landscape gives the appearance of continuity.  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 maintaining landscaping or pedestrians.  Prune ornamental grasses during October and April (or as directed by the Division Representative or designee), only after the blooming season, at the plant base to remove old growth. Do not cut grasses in a flat-top method. The varieties may include but are not limited to Fountain, Muhly, Florida Gama, Flax Lilly, Liriope Muscari, and Fakahatchee grasses.  Groundcovers and grasses are not allowed to grow over curbs, onto paved areas, or pedestrian walkways.  Trim plants 18 inches from the irrigation heads to maintain uniform irrigation distribution patterns in areas for which trimming would maximize irrigation performance without damaging the visual appearance of surrounding vegetation.  Remove pruning and trimming debris at each service.  The Contractor shall be responsible for replacing dead or injured plants and shrubs due to Contractor negligence at no additional cost to the County. NOTE: Shrub/plant maintenance does not include the specialty plant beds around the University Extension Office or the interior of the Collier County Museum. 1.1.4. Weed Control  Weed plant beds, mulched areas, and rock beds, including medians. Perform weeding at each zone service to ensure a reasonably weed-free and visually well-maintained area.  The Contractor shall remove all weeds by hand, with or without chemical treatment.  If chemicals are used, they must be Roundup or an equivalent, around plants, etc., with care taken to avoid damage to existing plant material.  The Contractor shall use the appropriate method to remove all weeds from sodded or grassed areas. NOTE: Weeding does not include the specialty plant beds located around the University Extension Office or the interior of the Collier County Museum. 1.1.5. Pest Control: The unit price includes the certified operator, labor, equipment, and chemicals to perform the work. The Contractor shall provide an Integrated Pest Management (IPM) plan. Pests and plant diseases should be identified properly and treated according to University of Florida/Institute of Food and Agricultural Sciences (UF/IFAS) IPM practices (ENY-298, https://edis.ifas.ufl.edu/publication/in109) following minimum standards following contract commencement. The unit price includes overall ornamental and turf spraying of plants, shrubs, and grassed areas. The Contractor shall provide an overall written pest and spray program that includes ant control. The Contractor shall inspect sites at each service and provide written reports to the Division Representative or designee when pests are present. • Describe procedures, methods, and techniques that will enhance the environment. • Provide maximum protection for the health, safety, and welfare of the public and the environment. • Provide Safety Data Sheets for chemicals upon request. • Provide signage where applicable. 1.1.5.1. Methods of Application • All chemicals must be applied in accordance with the corresponding chemical label(s). • One hundred percent (100%) coverage and penetration shall be provided. Insecticides and fungicides shall be applied at the proper pressure to provide maximum coverage. • Insecticides should be alternated as necessary to prevent insect resistance to the application. • Herbicides used in turf areas shall be applied at the proper pressure. Page 3409 of 4096 • Turf herbicides shall not be applied when the daily temperature exceeds eighty-five (85) degrees Fahrenheit. • When recommended by the label, the spreader sticker shall be incorporated into all spraying of groundcovers, shrubs, trees, palms, and turf areas. • Spray applications shall be applied during "No-Wind" conditions. • No trucks or tractors with bar-type tires or a gross weight greater than three thousand (3,000) pounds will be allowed within or on the median areas. • All spray applications shall contain a wetting agent or adjuvant within the mix when recommended by the label. • The pH of the water used in the mix must be adjusted to meet the pesticide manufacturer's recommendation, and the water pH and method must be documented for reproduction by the Division Representative or designee upon request. 1.1.5.2. Rate of Application: All chemicals shall be applied at the rates recommended on the manufacturer's labels. 1.1.5.3. Materials List: All insecticide, fungicide, and herbicide chemicals used on turf areas and plant materials shall be submitted to the Division Representative or designee for review and approval. All chemicals shall be Environmental Protection Agency (“EPA”) approved and should only be applied for their intended purpose and designated area of use. 1.1.5.4. Application Schedule: The number of applications shall be listed below unless otherwise required based on the site inspection reports.  Turf Areas: • Insecticides & Fungicides - Applications on an as-needed basis. • Herbicides—Apply post-emergent in November, January, and March, and/or as needed.  Groundcovers, Shrubs, and Trees: • Insecticides & Fungicides - Applications on an as-needed basis.  Bed Areas: • Herbicides – Apply post-emergent in November, January, and March, and/or as needed. 1.1.5.5. Application Records: Records of all pesticide applications must be kept. Documentation shall include but is not limited to the date and time of application, weather conditions at the time of application, what was applied, and the applicant's name. 1.1.5.6. Retreatment: The Contractor shall return to the work zone for additional spraying as directed by the Division Representative or designee due to non-performance of a required application treatment, at no cost to the county. NOTE: Pest control does not include the specialty plant beds located around the University Extension Office or the interior of the Collier County Museum. 1.1.6. Fertilization: The unit price includes certified operator, labor, equipment, and fertilizer to complete the work. Unless specified otherwise for a specific zone, the number of applications shall be based on plant nutritional needs and signs of nutrient deficiencies and in accordance with the Collier County Fertilizer and Urban Landscaping Ordinance No. 2019-18 (additional information can be found at Fertilizer & Urban Landscaping Ordinance (colliercountyfl.gov), University of Florida Institute of Food and Agricultural Sciences (UF/IFAS) recommendations and Best Management Practices (BMPs): • No phosphorus fertilizer shall be used without a soil test that indicates a need for phosphorus. • No fertilizer shall be applied in a zone that receives reclaimed water (such as the government center) unless the landscaper has identified nutrient deficiencies and has discussed the application with the Division Representative or designee. • 50 % or higher slow-release fertilizer is required. • No weed and feed or fertilizers containing insecticides shall be permitted. • Iron and macronutrient fertilizers will be used as needed.  Conduct soil tests with the Collier County UF/IFAS Extension office. Once the samples are analyzed, the fertilizer Page 3410 of 4096 nutrient breakdown can be determined based on the soil's nutrient deficiencies. There is no additional cost to the county for soil tests.  All fertilizer shall be swept from sidewalks, driveways, and curbs. All fertilizer applications shall be granular slow- release. Use of BMPs for the number of applications and rates is required.  Palms and trees shall have a broadcast application of granular fertilizer as required (0-8 lbs.). No fertilizer rings around palms shall be permitted.  Landscaped areas within 30 feet of large established palms shall be fertilized with an 8-0-12, +4 Mg with Nitrogen (N). The fertilizer shall also contain 1-2 percent Iron (Fe) and Manganese plus trace amounts of zinc (Zn), copper (Cu), and boron (B). The Division Representative or designee shall approve any product used near palms in landscaped areas.  The Contractor shall adhere to the following guidelines. • If the fertilizer contains less than 50% of its nitrogen in a slow-release form, apply ½ pound of nitrogen per 1,000 square feet of lawn per application, according to labeling requirements. • Treat nutrient deficiencies with fertilizer application recommendations per Florida Yards & Neighborhoods Standards ( Florida Yards and Neighborhoods Program | Collier County Extension - UF/IFAS Extension Collier County (ufl.edu) and the recommendation of soil testing agencies such as the University of Florida Extension Agency. • When it becomes necessary for the Contractor to return for an additional application as directed by the Division Representative or designee due to non-performance of a required application, such shall be performed at no cost to the county. • Nutrient deficiencies shall be treated with supplemental applications of the specific lacking nutrient according to UF/IFAS Extension recommendations. NOTE: Fertilization does not include the specialty plant beds located around the University Extension Office or the interior of the Collier County Museum. 1.1.7. Trash Removal: At each zone service, including parking lots, driveways, and medians, clean the areas of trash or debris, including, but not limited to, any loose debris such as paper, bottles, glass, cans, cigarette butts, and other waste, and horticultural debris.  Perform debris or trash pickup before mowing turf.  Inspect and empty all exterior trash containers at each visit to the facility to ensure a well-maintained appearance.  Dispose of trash and debris must be at a proper landfill or disposal site, at no additional cost to the County.  There is no onsite trash disposal allowed in the County’s waste and recycling containers. 1.2. Irrigation Services: The unit price includes labor and equipment to ensure the irrigation system is functioning properly. The Contractor shall perform the following irrigation services at each zone service frequency:  Check irrigation controllers in zone to ensure they are properly opening and closing. Report any zone not functionally operating to the Division Representative or designee immediately.  Check for system leaks.  Check pump station.  Inspect valves, control panels, zones, pumps, monitoring systems, and other components in the irrigation system monthly and reset zone times accordingly.  Check rotors for proper operation.  Inspect spray heads and clean screens.  Adjust spray patterns so they do not spray onto roadways, paths, or sidewalks.  Report broken sprinkler system parts, irrigation system issues, or damages to the Division Representative or designee for repair.  Clean filters.  Set timers.  Perform wet checks: bubblers, drip tubing, filters, rotors, and spray patterns.  Inspect rain moisture sensors to ensure they function throughout the year and in April before the rainy season.  Irrigate ½ inch – ¾ inch of water per irrigation cycle.  Flag damages and report immediately.  Submit a monthly irrigation report e-mailed to the Division Representative or designee describing the irrigation system's Page 3411 of 4096 condition and replacement items.  Damages caused by the Contractor will be repaired at no cost to the County. 1.2.1. Within six months of the award, the Contractor will locate, inventory, and map all above-ground and underground irrigation control panels and valves. NOTE: Maintenance of Hoover Irrigation Pump systems is not included in this scope of work. NOTE: The Division Representative or designee will request an estimate from the Contractor for any minor or major irrigation repairs utilizing the “Additional Services” section on a time and materials basis. A work order will be issued for services requiring quick response, such as, but not limited to, spray pattern adjustments and irrigation breaks. NOTE: Irrigation maintenance does not include the specialty plant beds located around the University Extension Office. 1.3. Mulching: The unit price includes labor, equipment, mulch, and installation. The mulch color is dark brown, the Division Representative or designee must review and approve a mulch sample.  Mulch Specification: A premium mulch manufactured exclusively from natural wood fiber contains NO reconstituted dimensional pressure-treated lumber, minus 3-1/2 inches of shredded wood free from contaminates. These materials are primarily derived from recycled materials such as land clearing.  Mulch Application • Remove weeds and debris and prepare the area before installing mulch. • Mulch planting beds, jogging paths, parking lot heads, and all other mulched areas between October through January. • Do not place mulch at the base of tree and palm trunks and plants. • Install mulch six inches (6”) away from the tree or palm trunks. • Install mulch so there are three inches (3”) of mulch. • Remove mulch from hardscape areas. NOTE: Mulching does not include the specialty plant beds located around the University Extension Office or the interior of the Collier County Museum. 1.4. Canopy Tree, Palm Tree, and Shrub Maintenance: The unit price includes a certified arborist, labor, equipment, materials, removal, and disposal. Canopy trees shall be defined as any large shrub, tree, or palm with foliage. A professional certified arborist shall supervise the pruning and shaping. The work shall be done professionally in accordance with ANSI 300, Part 1, 2, & 3 Pruning Standards. Note: Trimming and pruning in parking lots will be done outside regular business hours or on weekends or County-observed holidays to prevent vehicle damage. The Contractor shall incorporate this routine service outside of regular business hours in the proposed routine service rate. Collier County will not accept any additional charges for this routine service performed outside regular business hours.  Trim canopy and palm trees as needed.  Trim canopy and palm trees in May in preparation for hurricane season.  Trim and prune canopy and palm trees to maintain a 15’ canopy clearance over the roadways and a 10’ canopy clearance in parking lots and pathways.  Trim palms and trees to maintain clearance over building roofs and a two foot (2’) minimum clearance from building exteriors.  Trim to remove brown or partially browning palm fronds, nuts, and seed stalks.  Do not climb palms to remove the fronds and seed pods.  Follow the 9 o’clock to 3 o’clock rule for palm frond removal. Only remove fronds that hang below the imaginary horizontal line at 9 o’clock to 3 o’clock positions. It is recommended to use a ladder, boom truck, or lift to access to the fronds. The Contractor must provide equipment to perform the work, at no additional cost to the county.  Pruning includes removing water sprouts, suckers, and any dead or diseased foliage or branches. There shall be no collar or stub cuts, gutting, topping, or over lifting. Page 3412 of 4096  Heavy pruning may require a lift or boom truck. The adjacent traffic or turn lane to the work area will require lane closure according to the Temporary Traffic Control (TTC) Policy (Sections 4.5 and 4.6).  Canopy trees below 10’ shall be kept adequately pruned.  Additional trimming of individual trees to maintain proper appearance and safety and proper maintenance or treating/trimming diseased areas may be required at the discretion of the Division Representative or designee.  The Contractor shall maintain all palm species, including those identified as “self-cleaning.”  Remove debris and trimmings on the same day as service. The work zone shall be left neat and clean, or the Contractor may be requested to return to the work zone to cleanup at no additional cost to the county.  Damages caused from incorrect pruning will result in the exact replacement at the Contractor’s expense. NOTE: Tree/Palm trimming does not include the specialty plant beds located around the University Extension Office or the interior of the Collier County Museum. 2.0 Additional Services: This section is for services beyond the scope of routine services. The Division Representative or designee may request an estimate using additional services line items and/or markups, choose to utilize another Contract, or request quotes off contract (other Contractors not under the agreement) following the Procurement Ordinance for informal purchases. The Division Representative or designee will contact the Contractor and request a written estimate for work not included in routine services. The Contractor shall email the Division Representative or designee a written estimate with itemized costs within three (3) business days from the original request or an agreed-upon date. No work shall start without a purchase order and notification from the Division Representative or designee. • The Contractor’s supervisor will be on-site for work exceeding $3,000. • The Contractor’s supervisor will be available on-call for work under $3,000. 2.1. Labor Hours: These hours are for non-routine landscape and irrigation maintenance services as requested by the Division Representative or designee.  Regular business hours are Monday through Friday from 7:00 a.m. to 5:00 p.m.  ** Overtime (OT) rates are Monday through Friday from 5:01 p.m. to 6:59 a.m., County observed holidays and weekends. • OT hours will require pre-approval by the Division Representative or designee approving the OT. • OT rate is 1.5 times the hourly unit price. 2.1.1. Landscape Personnel Labor Hours: These hours are for additional services for landscape maintenance as requested by the Division Representative or designee. 2.1.1.1. Landscape Laborer 2.1.1.2. Landscape Supervisor 2.1.2. Irrigation Personnel Labor Hours: These hours are for additional services for irrigation minor or major maintenance, service, and repair as requested by the Division Representative or designee. 2.1.2.1. Irrigation Technician 2.1.2.2. Irrigation Supervisor Note: Types of irrigation system maintenance service under additional services that may be requested include, but are not limited to, valve box replacements, filter replacements, bubblers, rotors, replacing and replacing broken irrigation lines or heads (requires a 24-hour response from when notified), irrigation pump repairs or monitoring system notification issues (requires a 24-hour response from when notified), and rain moisture sensors repairs. 2.3. Equipment: The hourly unit price for rental equipment includes delivery and return, equipment, fuel, labor, and supplies. The Contractor shall email an estimate to the Division Representative or designee for pre-approval before renting the equipment. 3.0 Markup: Percentage markups apply when additional services are needed. There is no markup on ancillary charges, taxes, and freight/shipping. 3.1 Landscape Material Markup: A 15 percent markup on landscape materials will be allowed. The Contractor shall provide receipts with the invoice for reimbursement of materials exceeding $500.00. Materials below $500.00 may require itemized (part and cost) records for reimbursement. Page 3413 of 4096 3.2 Irrigation Material Markup: A 30 percent markup on irrigation parts. 3.3 Equipment Markup: A 15 percent markup for equipment for non-routine maintenance services (additional services). The Contractor shall email an itemized estimate to the Division Representative or designee to approve rental equipment. 3.4 Subcontractor Markup: A 15 percent markup for subcontractor services for non-routine maintenance services (additional services). The Contractor shall email the Division Representative or designee an estimate to approve subcontractor services. All subcontracting requires prior approval from the Division Representative or designee. 4.0 General Information 4.1. Licenses and Certifications: The Contractor shall have valid certifications and licenses throughout the contract term and subsequent renewal periods. Submit the following with bid submission or prior to Notice of Recommended Award (NORA): Certifications  International Society of Arboriculture (ISA) Certification  Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S.  Maintenance of Traffic (MOT) or Temporary Traffic Control (TTC), Intermediate Level Certification.  Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S.  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, if applicable. Each ID card must be an employee of the licensed company and work under the direct supervision of the certified operator. Chapter, 482.091 F.S. Licenses  Collier County Landscape Restricted & Collier County Irrigation License, or Collier County Landscape & Collier County Irrigation License; or Collier County Unlimited Landscape License (includes landscape and irrigation licenses). 4.2. Security, Background, Identification: The Contractor must comply with County Ordinance No. 2004-52, as amended. The ordinance authorizes criminal history record checks to be conducted by Facilities Management Division in accordance with Section 125.5801, Florida Statutes (2006), link: http://www.leg.state.fl.us/statutes/index.cfm?App_mode=Display_Statute&Search_String=&URL=01000199/0125/Sections/ 0125.5801.html  The link to Collier County’s webpage for Background Checks: https://www.colliercountyfl.gov/government/public- utilities/government-facilities/about-us/background-checks. The webpage provides the following information: Legal Requirements for Background Checks with a link to the ordinance, Scheduling for Fingerprints, Items to Bring, Accepted Payment Methods, Facilities Management Fingerprinting Location, and Questions, Comments, or Concerns contact information.  The Contractors providing services to the County under this agreement and requiring physical access to Collier County facilities or locations related to security or public safety shall be responsible for the cost of providing background checks for all contracted employees or other representatives, including all subcontractors at every tier (including vendors, repair persons, and/or delivery individuals). This may include but is not limited to, checking federal, state, and local law enforcement records, including state and FBI background screening, employment verifications, and other related records.  Collier County background checks are valid for five (5) years, and the Contractor shall be required to maintain records of each employee and make them available to the County throughout that specified term. 4.2.1. Identification Badges: All contracted employees and subcontractors must always wear and display Collier County Government identification badges while performing services at County facilities and managed properties. 4.2.1.1. Contractor ID badges are valid for one (1) year from the date of issuance. 4.2.1.2. Assigned badges can be renewed upon expiration at no cost to the Contractor during the five (5) period in which their background check is still valid. 4.2.2. Uniforms: All Contractors under this agreement shall wear appropriate attire that has the Contractor’s business name visibly displayed. 4.2.3. Contractor Employee or Subcontractor Separation: If a Contractor’s employee or subcontractor assigned to Collier County’s Contract separates employment, the Contractor is responsible to immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliercountyfl.gov). This notification is critical to ensure the continued safety and security of Collier County staff, customers, facilities, and systems. 4.2.3.1. Failure to notify within four (4) hours of separation may result in a $500 invoice deduction per incident. Page 3414 of 4096 4.2.3.2. Each badge must be returned to the Facilities Management Operations Center by the assigned expiration date printed on the badge or upon separation of employment of an employee or subcontracted employee. 4.2.4. Collier County Sheriff’s Office (CCSO) Get Fingerprinted: The CCSO requires separate fingerprinting prior to work being performed in any of their locations. The Contractor is responsible for all associated costs. This will be coordinated upon the award of the contract. A link to the CCSO website – Get Fingerprinted webpage: https://www.colliersheriff.org/how-do-i/get-fingerprinted. 4.3. Contractor Performance: If the Contractor's work performance under the agreement is unsatisfactory. 4.3.1. The Contractor shall immediately notify the county’s Division Representative or designee in writing if its ability to perform the work under the Contract is compromised in any manner. 4.3.2. The Division Representative or designee may utilize the Secondary Contractor if the Primary Contractor cannot provide the services as requested; the same applies to Secondary and Tertiary Contractors. If the Primary Contractor continually fails to provide service requests, the Contract may be terminated, and the Secondary Contractor will assume all work under the contract's terms. During any notice of default, breach, or suspension, the County shall have full authority to utilize the Secondary Contractor as the Primary Contractor. 4.4. Inspections: Following services, the Contractor must notify the Division Representative or designee that the work is complete. The Contractor will be notified when the finished work fails to comply with the Contract specifications. 4.4.1. The Contractor shall immediately cure the deficient work, ensuring it complies with the specifications. 4.4.2. The Contractor shall notify the Division Representative or designee when deficient work is ready for re-inspection. 4.4.3. The County may inspect the work or request photographic evidence. 4.4.4. The Contractor may be requested to provide the Division Representative or designee with photographs taken before the start of service and upon completion. 4.4.5. There will be no cost to the County for the Contractor to correct deficient work. 4.5. 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 as they apply to Florida Department of Transportation (FDOT Design Standards 600 series and The Manual on Uniform Traffic Control Devices (MUTCD) and Collier County Temporary Traffic Control policies. 4.5.1. The Contractor is responsible for maintaining TTC while performing services in the right-of-way and roadways. Safety in the work zone is the Contractor's sole responsibility. 4.5.2. The Contractor is responsible for the TTC plan and equipment setup. Any work zone safety issues require the Contractor's Certified TTC employee to meet the Division Representative or designee within twenty (20) minutes of the initial contact to address work zone safety issues. TTC setups that are non-compliant will cease operations until TTC is corrected per the FDOT standards and MUTCD. 4.6. Lane Closures: Monday through Friday lane closures are not permitted between 7:00 a.m. and 9:00 a.m. and 3:30 p.m. and 6:30 p.m. Lane closures require TTC with proper placement of lane-closed signs, pre-warning signs, arrow boards, traffic cones, etc. 4.6.1. (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. 4.6.2. Download and submit the Road Alert form using the following link: https://www.colliercountyfl.gov/government/transportation-management-services/services/construction-and- maintenance-public-information/road-alerts 4.7. Work Commencement: The Contractor shall commence work with a purchase order issued by the Division Representative or designee. 4.8. Work Request Types: This agreement has three types of work requests: 1. Routine Services, 2. Additional Services, and 3. Work Orders. 4.8.1. The Division Representative or designee will issue a purchase order for routine services to start. The Contractor shall perform these services on a recurring monthly basis. 4.8.2. The Division Representative or designee will request work under additional services by requesting a written estimate from the Contractor to perform work. No work shall start without a purchase order and approval from the Division Page 3415 of 4096 Representative or designee. 4.8.3. The Division Representative or designee will submit a service/work order for the Contractor to commence services for more urgent work requests (i.e. irrigation line breaks, irrigation spraying on sidewalks, etc.). These services need to be completed as directed by the Division Representative or designee. All work under this item must be discussed and approved by the Division Representative or designee before being performed. All service/work orders must be returned to the Division Representative or designee with an explanation of the work performed. Contractor Employees: The Contractor shall employ competent, physically capable personnel to work at all site locations. Each employee must maintain a neat appearance. A dedicated Site Foreman (“Foreman”) will be the primary contact and must be employed by the awarded Contractor. The foreman shall possess the authority to act on behalf of the Contractor in fulfilling the terms of the Contract. The Division Representative or designee retains the right to require the replacement of the foreman. 4.8.4. The Contractor shall provide a phone list of employees and titles who can be contacted immediately during unsatisfactory performance or an emergency. The phone list shall include phone numbers where the Contractor can be reached during business and non-business hours. The Division Representative or designee shall be able to reach the Contractor anytime in an emergency. 4.8.5. The Contractor shall employ competent, physically capable personnel at all site locations. Each employee must maintain a neat appearance. 4.8.6. The Contractor must promptly remove any of its employees from Collier County premises if the Division Representative or designee requests it and provide a replacement. 4.8.7. The Contractor shall promptly respond to site emergencies as agreed upon with the Division Representative or designee. 4.8.8. The Contractor must answer phone calls and emails related to emergencies within one (1) hour; at no additional cost. 4.8.9. In emergencies, the Contractor must be on-site within two (2) hours. Any on-site work during emergency response will be billed at the fee schedule rates. 4.9. 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. 4.10. Safety Data Sheets (SDS): The Contractor must comply with federal and state right-to-know laws if hazardous materials are used. SDS will be available and provided to the Division Representative or designee upon request. The Contractor is required to immediately report to the Division Representative or designee any spillage or dumping of hazardous material on Collier County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. 4.11. Utilities: The Contractor shall be responsible for exercising precautions while working near utilities. Before digging, Contractors must call Sunshine 811 at 811 or 800-432-4770, Monday – Friday from 7:00 a.m. – 5:00 p.m. Sunshine 811 needs two (2) full business days' notice. Any damage to utilities is the Contractor's sole responsibility and at no cost to the County. 4.12. 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. Complete any required repairs to the satisfaction of the Division Representative or designee, at no additional cost to the County. Repairs shall be completed before the Contractor's invoice for landscape maintenance services are submitted. 4.13. Noise Ordinance: When applicable, the Contractor must adhere to the City of Naples noise ordinance Chapter 22, Article II, Sec 22-37, concerning lawn, landscape, leaf blowers, and tree maintenance. 4.14. Permits: In accordance with Section 218.80 F. S., all fees, permits, and licenses necessary for the performance of the work shall be identified and obtained by the Contractor. All permit fees by Collier County shall be paid by the using department, including but not limited to Right-of-Way permits, if necessary. If the Contractor performs any work without obtaining, or contrary to such permits or licenses, the Contractor shall bear all costs arising from said work. 4.15. Work Hours: Regular business hours are Monday through Friday between 7:00 AM and 5:00 PM, excluding Collier County observed Holidays. Overtime (“OT”) hours are considered 6:59 AM and 5:01 PM on weekdays, weekends, and County Observed Holidays. OT hourly rate is 1.5 times the hourly rate on the fee schedule. 4.16. Records and Documentation: The Contractor will be responsible for accessing systems the Division uses for work requests under this Agreement. The Contractor will be required to update, complete, and close work requests and may be requested to attach before and after pictures, as necessary. The Contractor shall comply with public records laws, Chapter 119, 119.0701 F.S., link: http://www.leg.state.fl.us/statutes/index.cfm?App_mode=Display_Statute&URL=0100-0199/0119/0119.html. Page 3416 of 4096 4.17. Invoices: The Contractor may only charge hourly rates for hours worked at the job site. Itemize invoices to include service location and service dates. 4.17.1. A Purchase Order number must appear on each invoice. 4.17.2. The Division service/work order number must appear on each invoice if applicable. 4.17.3. Routine Services: submit proper invoices following the end of each month for services rendered during that month. 4.17.4. Non-Routine Services: submit proper invoices promptly upon completion of the scope of work. 4.18. Price Modifications: Price increase requests may be submitted prior to contract renewal. 4.18.1. The Contractor shall fully document and submit any requested adjustment at least 120 days prior to the contract renewal date. 4.18.2. All requests must be submitted in writing to the Contract Administrative Agent. 4.18.3. Price increase requests review may take over 60 days to complete. 4.18.4. Retroactive price adjustments are not authorized. 4.18.5. The Contractor shall provide supporting documentation justifying price increases (examples: Bureau of Labor Statistics, supplier material agreements, fuel increases, etc.). If there is no documented proof, price increases will not be considered. 4.18.6. The Contract Administrative Agent shall analyze prices to determine whether increases are fair and reasonable. 4.18.7. The Procurement Director has the authority to approve price adjustments in accordance with the Procurement Ordinance, as amended. 4.18.8. Price increases are not guaranteed. 4.19. Contract Modifications: The Division Representative or designee may add zone site locations through price negotiation in accordance with the Procurement Ordinance, as amended. Items, services, or site locations may be removed, or services reduced from the resultant agreement without the need for amendments and in accordance with the Procurement Ordinance, as amended. 4.20. Warranty 4.20.1. Materials, replacement parts, and fixtures shall be new with a 90-day warranty. 4.20.2. Repairs shall provide a ninety (90) day warranty. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List) *** The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients from the last five years whose projects are of similar work to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using Form 5 provided in OpenGov as part of the Required Forms. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. Page 3417 of 4096 County of Collier, FL Procurement Kenneth Kovensky, Executive Director 3299 Tamiami Trail, East Naples, FL 34112 [MAINSCAPE] RESPONSE DOCUMENT REPORT GEN No. 24-8288S Grounds Maintenance - County Facilities Supplemental RESPONSE DEADLINE: April 9, 2025 at 3:00 pm Report Generated: Tuesday, April 15, 2025 Mainscape Response CONTACT INFORMATION Company: Mainscape Email: lgarner@mainscape.com Contact: Loren Garner Address: 3451 Bonita Bay Blvd Suite 101 Bonita Springs, FL 34134 Phone: (239) 229-9940 Website: www.mainscape.com Submission Date: Apr 7, 2025 9:28 AM (Eastern Time) Page 3418 of 4096 [MAINSCAPE] RESPONSE DOCUMENT REPORT GEN No. 24-8288S Grounds Maintenance - County Facilities Supplemental [MAINSCAPE] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance - County Facilities Supplemental Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Apr 4, 2025 9:56 AM by Loren Garner QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. General Bid Instructions has been acknowledged and accepted.* Confirmed 3. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.* Confirmed 4. County Required Forms BID SCHEDULE* Please upload completed Bid Schedule in Microsoft Excel format. 24-8288S_Bid_Schedule_-_Supplemental.xlsx VENDOR DECLARATION STATEMENT (FORM 1)* Form_1_Vendor_Declaration_Statement.pdf CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* Page 3419 of 4096 [MAINSCAPE] RESPONSE DOCUMENT REPORT GEN No. 24-8288S Grounds Maintenance - County Facilities Supplemental [MAINSCAPE] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance - County Facilities Supplemental Page 3 Form_2_Conflict_of_Interest_Certification.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (IF WORK PERFORMED IN THE STATE) - HTTP://DOS.MYFLORIDA.COM/SUNBIZ/ SHOULD BE ATTACHED WITH YOUR SUBMITTAL* Proof_of_status_from_Division_of_Corporations.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* Form_3_Immigration_Affidavit_Certification.pdf E-VERIFY MEMORANDUM OF UNDERSTANDING OR COMPANY PROFILE PAGE* E-Verify_Memorandum_of_Understanding.pdf CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) IF APPLICABLE AND CLAIMING LOCAL VENDOR STATUS. Form_4_Certification_for_Claiming_Status_as_Local_Business.pdf BUSINESS TAX RECEIPT Required if claiming Local Vendor Status. 25-8356_Business_Tax_fe.pdf REFERENCE QUESTIONNAIRES (FORM 5)* Completed reference forms. Form_5_Reference_Questionnaires.pdf VENDOR W-9 FORM* W_9_Form.pdf VENDOR ACKNOWLEDGES INSURANCE REQUIREMENTS AND IS PREPARED TO PRODUCE THE REQUIRED INSURANCE CERTIFICATE(S) WITHIN FIVE (5) DAYS OF THE COUNTY’S ISSUANCE OF A NOTICE OF RECOMMEND AWARD.* Page 3420 of 4096 [MAINSCAPE] RESPONSE DOCUMENT REPORT GEN No. 24-8288S Grounds Maintenance - County Facilities Supplemental [MAINSCAPE] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance - County Facilities Supplemental Page 4 Confirmed LICENSES AND/OR CERTIFICATIONS* Refer to Solicitation documents (Section 4.1) for required licenses/certifications. Licenses.pdf ALL SIGNED ADDENDA, IF APPLICABLE. Addendum_1_signed.pdf ALL OTHER REQUIRED DOCUMENTATION, AS APPLICABLE. General_Bid_Instructions.pdf Insurance_Requirements_Acknowledge.pdf PO_Terms_and_Conditions.pdf PRICE TABLES TOTAL BID AMOUNT PER ZONE Submit line-item pricing via Bid Schedule in Microsoft Excel format. Line Item Description Quantity Unit of Measure Unit Cost Total 1 TOTAL BID AMOUNT - ZONE 1 1 EACH $0.00 $0.00 2 TOTAL BID AMOUNT - ZONE 2 1 EACH $0.00 $0.00 3 TOTAL BID AMOUNT - ZONE 3 1 EACH $0.00 $0.00 4 TOTAL BID AMOUNT - ZONE 4 1 EACH $396,366.00 $396,366.00 Page 3421 of 4096 Page 3422 of 4096 Page 3423 of 4096 Page 3424 of 4096 Page 3425 of 4096 Page 3426 of 4096 Page 3427 of 4096 Page 3428 of 4096 Page 3429 of 4096 Page 3430 of 4096 Page 3431 of 4096 Page 3432 of 4096 Page 3433 of 4096 Page 3434 of 4096 Page 3435 of 4096 Page 3436 of 4096 Page 3437 of 4096 Page 3438 of 4096 Page 3439 of 4096 Page 3440 of 4096 Page 3441 of 4096 Page 3442 of 4096 Page 3443 of 4096 Page 3444 of 4096 Page 3445 of 4096 Page 3446 of 4096 Page 3447 of 4096 Page 3448 of 4096 Page 3449 of 4096 Page 3450 of 4096 Page 3451 of 4096 Page 3452 of 4096 Page 3453 of 4096 Page 3454 of 4096 Page 3455 of 4096 Page 3456 of 4096 Page 3457 of 4096 Page 3458 of 4096 Page 3459 of 4096 Page 3460 of 4096 Page 3461 of 4096 Page 3462 of 4096 Page 3463 of 4096 Page 3464 of 4096 Page 3465 of 4096 Page 3466 of 4096 Page 3467 of 4096 Page 3468 of 4096 Page 3469 of 4096 Page 3470 of 4096 Page 3471 of 4096 Page 3472 of 4096 Page 3473 of 4096 Page 3474 of 4096 Page 3475 of 4096 Page 3476 of 4096 Page 3477 of 4096 Page 3478 of 4096 Page 3479 of 4096 Page 3480 of 4096 Page 3481 of 4096 Page 3482 of 4096 Page 3483 of 4096 Page 3484 of 4096 Page 3485 of 4096 Page 3486 of 4096 Page 3487 of 4096 Page 3488 of 4096 Page 3489 of 4096 Page 3490 of 4096 Page 3491 of 4096 Page 3492 of 4096 Page 3493 of 4096 Page 3494 of 4096      (. $$%+$) *)($*  ($*!"  (*!! (%(!)*/ .)+))+"".#*!$  (*!! (%(!)*(*!!*!%$('+!(#$*)* (%+ #%$)*(***!$#$*%(",$*%#&*$!)))+&&%(*.*   ($*!"!$ %+$!"*%( ))+*-&!(*!%$* (*!!*!%$+#(#( !*".$%""! $ -+*!,!(*%(    Page 3495 of 4096 CERTIFICATEOF COMPLETIONVICTOR ILLESCASHas Completed a FDOT Approved Temporary Trac Control (TTC): Intermediate Course. 11/21/2023Issue Date 11/10/2027Expiration Date J. EInstructor 617315Certicate No. Training Provider:Verify this Certicate by visiting www.motadmin.comA&SW Consultants, Inc.5545 Benchmark LaneSanford FL 32773Phone: 386-788-9899Page 3496 of 4096 Page 3497 of 4096 Page 3498 of 4096 Page 3499 of 4096 County of Collier, FL Procurement Kenneth Kovensky, Executive Director 3299 Tamiami Trail, East Naples, FL 34112 [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8288S Grounds Maintenance - County Facilities Supplemental RESPONSE DEADLINE: April 9, 2025 at 3:00 pm Report Generated: Tuesday, April 15, 2025 A&M PROPERTY MAINTENANCE, LLC Response CONTACT INFORMATION Company: A&M PROPERTY MAINTENANCE, LLC Email: aandmtotal@yahoo.com Contact: ARMANDO YZAGUIRRE Address: 4396 Owens 4396 Owens Way Ave Maria, FL 34142 Phone: (239) 503-0303 Website: N/A Submission Date: Apr 8, 2025 10:52 PM (Eastern Time) Page 3500 of 4096 [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8288S Grounds Maintenance - County Facilities Supplemental [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance - County Facilities Supplemental Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Apr 5, 2025 4:14 PM by ARMANDO YZAGUIRRE QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. General Bid Instructions has been acknowledged and accepted.* Confirmed 3. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.* Confirmed 4. County Required Forms BID SCHEDULE* Please upload completed Bid Schedule in Microsoft Excel format. 24-8288S_Bid_Schedule_-_Supplemental.pdf VENDOR DECLARATION STATEMENT (FORM 1)* Form_1_Vendor_Declaration_Statement.pdf CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* Page 3501 of 4096 [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8288S Grounds Maintenance - County Facilities Supplemental [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance - County Facilities Supplemental Page 3 Form_2_Conflict_of_Interest_Certificaiton_Affidavit.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (IF WORK PERFORMED IN THE STATE) - HTTP://DOS.MYFLORIDA.COM/SUNBIZ/ SHOULD BE ATTACHED WITH YOUR SUBMITTAL* 2025_Sunbiz.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* Form_3_Immigration_Affidavit_Certification.pdf E-VERIFY MEMORANDUM OF UNDERSTANDING OR COMPANY PROFILE PAGE* E-Verify.pdf CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) IF APPLICABLE AND CLAIMING LOCAL VENDOR STATUS. Form_4_Vendor_Submittal_-_Local_Vendor_Preference_Certification.pdf BUSINESS TAX RECEIPT Required if claiming Local Vendor Status. 2024-2025_Business_Tax_Receipt_Maintenance_Service.pdf 2024-2025_Business_Tax_Irrigation_Sprinkler_Contractor_.pdf 2024-2025_Business_Tax_Landscape_Restricted.pdf REFERENCE QUESTIONNAIRES (FORM 5)* Completed reference forms. 2025_BAYSHORE_REFERENCE.pdf 2025_CCPS_REFERENCE.pdf 2025_IMMOKALEE_MSTU_REFERENCE.pdf 2025_PEPPER_RANCH_REFERENCE.pdf Page 3502 of 4096 [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8288S Grounds Maintenance - County Facilities Supplemental [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance - County Facilities Supplemental Page 4 VENDOR W-9 FORM* 2024_W-9.pdf VENDOR ACKNOWLEDGES INSURANCE REQUIREMENTS AND IS PREPARED TO PRODUCE THE REQUIRED INSURANCE CERT IFICATE(S) WITHIN FIVE (5) DAYS OF THE COUNTY’S ISSUANCE OF A NOTICE OF RECOMMEND AWARD.* Confirmed LICENSES AND/OR CERTIFICATIONS* Refer to Solicitation documents (Section 4.1) for required licenses/certifications. 2023_BMP_CEU's.pdf 2024-2025_ABY_Comm_Land_License.pdf 2024-2025_Irrigation_Sprinkler_Specialty_Renewal.pdf 2024-2025_TRUGREEN_Pest_Control_License.pdf 2024-2025_Landscape_Restricted_Specialty_Renewal.pdf 2024-2028_ABY_LTD_Comm_Fertilizer_App_Holder.pdf 2025-2026_ABY_JR_COMM_LAND_LICENSE.pdf ALL SIGNED ADDENDA, IF APPLICABLE. ADDENDUM_1.pdf ALL OTHER REQUIRED DOCUMENTATION, AS APPLICABLE. Vendor_Check_List.pdf 2024-2026_Mando's_WC_Exemption_Certificate_copy.pdf PRICE TABLES TOTAL BID AMOUNT PER ZONE Submit line-item pricing via Bid Schedule in Microsoft Excel format. Page 3503 of 4096 [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8288S Grounds Maintenance - County Facilities Supplemental [A&M PROPERTY MAINTENANCE, LLC] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance - County Facilities Supplemental Page 5 Line Item Description Quantity Unit of Measure Unit Cost Total 1 TOTAL BID AMOUNT - ZONE 1 1 EACH $0.00 $0.00 2 TOTAL BID AMOUNT - ZONE 2 1 EACH $0.00 $0.00 3 TOTAL BID AMOUNT - ZONE 3 1 EACH $0.00 $0.00 4 TOTAL BID AMOUNT - ZONE 4 1 EACH $523,458.50 $523,458.50 Page 3504 of 4096 Line Item Building Address Service Type Service Rate *Extended Rate ( 39 weeks ) 41.1 Standard Service $850.00 $33,150.00 41.2 Irrigation Services $25.00 $975.00 41.3 Mulching $0.00 $0.00 41.4 Canopy Tree & Palm Maintenance $150.00 $5,850.00 42.1 Standard Service $115.00 $4,485.00 42.2 Irrigation Services $25.00 $975.00 42.3 Mulching $25.00 $975.00 42.4 Canopy Tree & Palm Maintenance $100.00 $3,900.00 43.1 Standard Service $131.00 $5,109.00 43.2 Irrigation Services $37.50 $1,462.50 43.3 Mulching $150.00 $5,850.00 43.4 Canopy Tree & Palm Maintenance $400.00 $15,600.00 44.1 Standard Service $122.00 $4,758.00 44.2 Irrigation Services $37.50 $1,462.50 44.3 Mulching $150.00 $5,850.00 44.4 Canopy Tree & Palm Maintenance $400.00 $15,600.00 45.1 Standard Service $44.00 $1,716.00 45.2 Irrigation Services $25.00 $975.00 45.3 Mulching $50.00 $1,950.00 45.4 Canopy Tree & Palm Maintenance $200.00 $7,800.00 46.1 Standard Service $199.00 $7,761.00 46.2 Irrigation Services $50.00 $1,950.00 46.3 Mulching $125.00 $4,875.00 46.4 Canopy Tree & Palm Maintenance $100.00 $3,900.00 47.1 Standard Service $142.00 $5,538.00 47.2 Irrigation Services $37.50 $1,462.50 47.3 Mulching $150.00 $5,850.00 47.4 Canopy Tree & Palm Maintenance $200.00 $7,800.00 48.1 Standard Service $83.00 $3,237.00 48.2 Irrigation Services $37.50 $1,462.50 48.3 Mulching $150.00 $5,850.00 48.4 Canopy Tree & Palm Maintenance $250.00 $9,750.00 49.1 Standard Service $391.00 $15,249.00 49.2 Irrigation Services $50.00 $1,950.00 49.3 Mulching $250.00 $9,750.00 49.4 Canopy Tree & Palm Maintenance $500.00 $19,500.00 50.1 Standard Service $294.00 $11,466.00 50.2 Irrigation Services $37.50 $1,462.50 50.3 Mulching $150.00 $5,850.00 50.4 Canopy Tree & Palm Maintenance $200.00 $7,800.00 51.1 Standard Service $294.00 $11,466.00 51.2 Irrigation Services $37.50 $1,462.50 51.3 Mulching $150.00 $5,850.00 51.4 Canopy Tree & Palm Maintenance $200.00 $7,800.00 52.1 Standard Service $136.00 $5,304.00 52.2 Irrigation Services $25.00 $975.00 52.3 Mulching $100.00 $3,900.00 52.4 Canopy Tree & Palm Maintenance $102.50 $3,997.50 53.1 Standard Service $800.00 $31,200.00 53.2 Irrigation Services $37.50 $1,462.50 53.3 Mulching $250.00 $9,750.00 53.4 Canopy Tree & Palm Maintenance $500.00 $19,500.00 54.1 Standard Service $250.00 $9,750.00 54.2 Irrigation Services $37.50 $1,462.50 54.3 Mulching $100.00 $3,900.00 54.4 Canopy Tree & Palm Maintenance $100.00 $3,900.00 Section 1.0 ROUTINE SERVICES CCSO Marco Island Substation 990 N. Barfield Drive EMS #10 14756 Immokalee Road ITB No. 24-8288S Grounds Maintenance - County Facilities - SUPPLEMENTAL Marco Island Tax Collector 1040 Winterberry Drive Marco Island Museum 1264 Mistletoe Court IM Jail (Perimeter only)Sgt. Joe Jones Road University Extension Office 14700 Immokalee Road CCSO Corkscrew Substation Immokalee Government Center 106 S 1st Street CCSO Immokalee Substation/EMS #30 101 S 1st Street 14750 Immokalee Road IM Vacant Lot (next to CCSO/EMS)106 S 1st Street Immokalee Fleet/Facilities/Road & Bridge 415 Sgt Joe Jones Road Immokalee Health Building 491 1st Street Roberts Ranch 1215 Roberts Road W ZONE 4 (21 building locations) 1. There are four zones. This bid schedule is only for Zone 4 under the Supplemental Bid to Invitation to Bid No. 24-8288. 2. The bidder must bid all line items in the zone or they may be considered non-responsive. A zero-dollar bid will be considered a valid bid. 3. Routine Services extended rate calculation is Service Rate x 39 weeks; annual services is estimated at 39 weeks for bidding purposes. Immokalee Code Enforcement 310 Alachua Street Page 3505 of 4096 55.1 Standard Service $200.00 $7,800.00 55.2 Irrigation Services $25.00 $975.00 55.3 Mulching $100.00 $3,900.00 55.4 Canopy Tree & Palm Maintenance $125.00 $4,875.00 56.1 Standard Service $218.00 $8,502.00 56.2 Irrigation Services $37.50 $1,462.50 56.3 Mulching $125.00 $4,875.00 56.4 Canopy Tree & Palm Maintenance $200.00 $7,800.00 57.1 Standard Service $350.00 $13,650.00 57.2 Irrigation Services $37.50 $1,462.50 57.3 Mulching $150.00 $5,850.00 57.4 Canopy Tree & Palm Maintenance $200.00 $7,800.00 58.1 Standard Service $800.00 $31,200.00 58.2 Irrigation Services $37.50 $1,462.50 58.3 Mulching $100.00 $3,900.00 58.4 Canopy Tree & Palm Maintenance $250.00 $9,750.00 59.1 Standard Service $350.00 $13,650.00 59.2 Irrigation Services $37.50 $1,462.50 59.3 Mulching $62.50 $2,437.50 59.4 Canopy Tree & Palm Maintenance $62.50 $2,437.50 60.1 Standard Service $75.00 $2,925.00 60.2 Irrigation Services $25.00 $975.00 60.3 Mulching $25.00 $975.00 60.4 Canopy Tree & Palm Maintenance $62.50 $2,437.50 61.1 Standard Service $75.00 $2,925.00 61.2 Irrigation Services $25.00 $975.00 61.3 Mulching $25.00 $975.00 61.4 Canopy Tree & Palm Maintenance $62.50 $2,437.50 $522,463.50 Line Item Description Quantity Unit Unit Price Extended Price 1 Landscape Laborer 1 Hour $60.00 $60.00 2 Landscape Supervisor 1 Hour $75.00 $75.00 3 Irrigation Technician 1 Hour $75.00 $75.00 4 Irrigation Supervisor 1 Hour $85.00 $85.00 5 Equipment Operator 1 Hour $100.00 $100.00 Line Item Description Quantity Unit Unit Price Extended Price 6 Bucket Truck 1 Hour $150.00 $150.00 7 Mini Excavator 1 Hour $200.00 $200.00 8 Skid Loader 1 Hour $250.00 $250.00 $995.00 $523,458.50 Zone 4 - Routine Services Subtotal Everglades Museum 105 W. Broadway Immokalee Library 417 N 1st Street Golden Gate Estates Library 1266 Golden Gate Blvd 131 1st St NW 131 1st St NW 165 GG Blvd W 165 Golden Gate Blvd W Irrigation Material Markup 30% Equipment Markup 15% Subcontractor Markup 15% Zone 4 - Additional Services Subtotal SECTION 2.0. ADDITIONAL SERVICES: Labor and Equipment line item prices do no apply to Section 1.0 Routine Services. LABOR HOURS: These hours are not part of the routine landscape maintenance services. The division may request additional services as needed. Regular business hours are Monday through Friday from 7:00 AM to 5:00 PM. ** Overtime (OT) hours are weekdays from 5:01 p.m. to 6:59 a.m., weekends, and county-observed holidays. OT rates apply to labor calculated at 1.5 times the unit price; OT will require pre-approval by the Division Project Manager or designee. EQUIPMENT ZONE 4 - TOTAL BID Landscape Material Markup 15% SECTION 3.0 MARKUP Marco Island Library 210 S. Heathwood EMS #71 95 13th Ave SW Page 3506 of 4096 Page 3507 of 4096 Page 3508 of 4096 Page 3509 of 4096 4396 OWENS WAY AVE MARIA, FL 34142 Current Principal Place of Business: Current Mailing Address: 4396 OWENS WAY AVE MARIA, FL 34142 US Entity Name: A&M PROPERTY MAINTENANCE LLC DOCUMENT# L08000046795 FEI Number: 26-2564413 Certificate of Status Desired: Name and Address of Current Registered Agent: YZAGUIRRE, SYLVIA B 4396 OWENS WAY AVE MARIA, FL 34142 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Authorized Person(s) Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Authorized Person(s) Detail Date FILED Feb 14, 2025 Secretary of State 6448129506CC SYLVIA B YZAGUIRRE MANAGER 02/14/2025 2025 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT No Title MANAGER, AUTHORIZED MEMBER Name YZAGUIRRE, SYLVIA BETANCOURT Address 4396 OWENS WAY City-State-Zip:AVE MARIA FL 34142 Title AMBR Name JAMES MICHAEL SANDERS Address 4396 OWENS WAY City-State-Zip:AVE MARIA FL 34142 Title MANAGER, AUTHORIZED MEMBER Name YZAGUIRRE, ARMANDO BENITO Address 4396 OWENS WAY City-State-Zip:AVE MARIA FL 34142 Page 3510 of 4096 Page 3511 of 4096 Page 1 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR E-VERIFY EMPLOYER AGENTS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the E-Verify Employer Agent, the Employer, DHS, and the Social Security Administration (SSA). The Employer is not a party to this MOU; however, this MOU contains a section titled Responsibilities of the Employer. This section is provided to inform E-Verify Employer Agents acting on behalf of the Employer of the responsibilities and obligations their clients are required to meet. The Employer is bound by these responsibilities through signing a separate MOU during their enrollment as a client of the E-Verify Employer Agent. The E-Verify program requires an initial agreement between DHS and the E-Verify Employer Agent as part of the enrollment process. After agreeing to the MOU as set forth herein, completing the tutorial, and obtaining access to E-Verify as an E-Verify Employer Agent, the E-Verify Employer Agent will be given an opportunity to add a client once logged into E-Verify. All parties, including the Employer, will then be required to sign and submit a separate MOU to E-Verify. The responsibilities of the parties remain the same in each MOU. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF E-VERIFY EMPLOYER AGENT 1.The E-Verify Employer Agent agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the E-Verify Employer Agent representatives who will be accessing The parties to this agreement are the Department of Homeland Security (DHS) and A&M Property Maintenance, LLC (E-Verify Employer Agent). The purpose of this agreement is to set forth terms and conditions which the E-Verify Employer Agent will follow while participating in E-Verify. 1641454 Page 3512 of 4096 Page 2 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: information under E-Verify and shall update them as needed to keep them current. 2. The E-Verify Employer Agent agrees to become familiar with and comply with the E-Verify User Manual and provide a copy of the most current version of the E-Verify User Manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. The E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available and to provide a copy of the revised version to the Employer no later than 30 days after the manual becomes available. 3. The E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on the most recent E-Verify policy and procedures. 4. The E-Verify Employer Agent agrees that any E-Verify Employer Agent Representative who will perform employment verification cases will complete the E-Verify Tutorial before that individual initiates any cases. a. The E-Verify Employer Agent agrees that all E-Verify Employer Agent representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E-Verify, including any tutorials for Federal contractors, if any of the Employers represented by the E-Verify Employer Agent is a Federal contractor. b. Failure to complete a refresher tutorial will prevent the E-Verify Employer Agent and Employer from continued use of E-Verify. 5. The E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need E-Verify access. The E-Verify Employer Agent must promptly terminate an employee’s E-Verify access if the employee is separated from the company or no longer needs access to E-Verify. 6. The E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as required by the E-Verify rules and regulations as modified from time to time. 7. The E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and policies, commit sufficient personnel and resources to meet the requirements of this MOU. 8. The E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes, policies, and procedures. The E-Verify Employer Agent also agrees to provide its clients with ongoing E-Verify training as needed. E-Verify is not responsible for providing training to clients of E-Verify Employer Agents. 9. The E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.1 below. 10. The E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in accordance with the E-Verify Manual, the E-Verify Web-Based Tutorial and all other published E-Verify rules and procedures. The E-Verify Employer Agent will create E-Verify cases using information provided by the Employer and will immediately communicate the response back to the Employer. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the E-Verify Employer Agent’s attempting, in good faith, to 1641454 Page 3513 of 4096 Page 3 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: make inquiries on behalf of the Employer during the period of unavailability. 11.When the E-Verify Employer Agent receives notice from a client company that it has received a contract with the FAR clause, then the E-Verify Employer Agent must update the company’s E-Verify profile within 30 days of the contract award date. 12. If data is transmitted between the E-Verify Employer Agent and its client, then the E-Verify Employer Agent agrees to protect personally identifiable information during transmission to and from the E-Verify Employer Agent. 13. The E-Verify Employer Agent agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 14. The E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9, employment records, and all records pertaining to the E-Verify Employer Agent’s use of E-Verify, and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. 15. The E-Verify Employer Agent shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The E-Verify Employer Agent shall not describe its services as federally-approved, federally-certified, or federally- recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify Employer Agent services and any claim to that effect is false. 16. The E-Verify Employer Agent shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 17. The E-Verify Employer Agent agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the E-Verify Employer Agent’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 18. The E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the E-Verify Employer Agent may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF THE EMPLOYER The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities. It is the E-Verify 1641454 Page 3514 of 4096 Page 4 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3. The Employer shall become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Verify User Manual from the E-Verify Employer Agent. 4. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 1-888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 5. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 6. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 4 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, 1641454 Page 3515 of 4096 Page 5 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 7. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 8. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 9. The Employer must use E-Verify (through its E-Verify Employer Agent) for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 10. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B below) to contact DHS with information necessary to resolve the challenge. 11. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo 1641454 Page 3516 of 4096 Page 6 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 12. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 13. The Employer agrees that it will use the information it receives from E-Verify (through its E-Verify Employer Agent) only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 15. The Employer acknowledges that the information it receives through the E-Verify Employer Agent from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 1641454 Page 3517 of 4096 Page 7 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: 16. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify (whether directly or through their E-Verify Employer Agent), which includes permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 17. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 18. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 19. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 20. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. C. RESPONSIBILITIES OF FEDERAL CONTRACTORS The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities if the Employer is a federal contractor or becomes a Federal contractor. The E-Verify Employer Agent should instruct the client to keep the E-Verify Employer Agent informed about any changes or updates related to federal contracts. It is the E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of 1641454 Page 3518 of 4096 Page 8 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.B.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, 1641454 Page 3519 of 4096 Page 9 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of the Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. D. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer (through the E-Verify Employer Agent) against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent) through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the E-Verify Employer Agent. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the E-Verify Employer Agent. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. 1641454 Page 3520 of 4096 Page 10 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: E. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU a. Automated verification checks on alien employees by electronic means, and b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the E-Verify Employer Agent with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train E-Verify Employer Agents on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require E-Verify Employer Agents to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer (through the E-Verify Employer Agent) a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the E-Verify Employer Agent’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. 1641454 Page 3521 of 4096 Page 11 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities. It is the E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer (through the E-Verify Employer Agent) within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action 1641454 Page 3522 of 4096 Page 12 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer (though the E-Verify Employer Agent) within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer or the E-Verify Employer Agent for verification services performed under this MOU. The E-Verify Employer Agent is responsible for providing equipment needed to make inquiries. To access E-Verify, an E-Verify Employer Agent will need a personal computer with Internet access. 1641454 Page 3523 of 4096 Page 13 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. B. TERMINATION 1. The E-Verify Employer Agent may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. In addition, any Employer represented by the E-Verify Employer Agent may voluntarily terminate its MOU upon giving DHS 30 days’ written notice. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the E-Verify Employer Agent’s participation in E-Verify, with or without notice, at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the E-Verify Employer Agent or the Employer, or a failure on the part of either party to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An E-Verify Employer Agent for an Employer that is a Federal contractor may terminate this MOU for that Employer when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the E-Verify Employer Agent must provide written notice to DHS. If the E-Verify Employer Agent fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The E-Verify Employer Agent agrees that E-Verify is not liable for any losses, financial or otherwise, if the E-Verify Employer Agent or the Employer is terminated from E-Verify. 1641454 Page 3524 of 4096 Page 14 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the E-Verify Employer Agent, its agents, officers, or employees. C. The E-Verify Employer Agent may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The E-Verify Employer Agent understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the E-Verify Employer Agent and DHS respectively. The E-Verify Employer Agent understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer or the E-Verify Employer Agent, as the case may be, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the E-Verify Employer Agent. If you have any questions, contact E-Verify at 1-888-464-4218. 1641454 Page 3525 of 4096 Page 15 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Approved by: E-Verify Employer Agent Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 1641454 A&M Property Maintenance, LLC Sylvia Yzaguirre Electronically Signed 02/11/2021 Electronically Signed Page 3526 of 4096 Page 16 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 1641454 A&M Property Maintenance, LLC 4396 Owens Way Ave Maria, FL 34142 COLLIER 262564413 811 10 to 19 1 Page 3527 of 4096 Page 17 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 1641454 FLORIDA 1 site(s) Page 3528 of 4096 Page 18 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 1641454 Name Sylvia B Yzaguirre Phone Number (239) 503 - 1897 Fax Number Email Address Sylvia.yzaguirre@aandmproperty.com Page 3529 of 4096 Page 19 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: 1641454 Page intentionally left blank Page 3530 of 4096 Page 3531 of 4096 COLLIER COUNTY BUSINESS TAXCOLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 BUSINESS TAX NUMBER: LOCATION: LEGAL FORM DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. CLASSIFICATION: CLASSIFICATION CODE:DATE AMOUNTRECEIPTThis document is a business tax only. This is not certification that licensee is qualified. It does not permit the licensee to violate any existing regulatory zoning laws of the state, county, or cities nor does it exempt the licensee from any other taxes or permits that may be required by law. VISIT OUR WEBSITE AT: www.colliertaxcollector.com THIS RECEIPT EXPIRES ZONED:BUSINESS PHONE: -THIS TAX IS NON-REFUNDABLE- STATE OR COUNTY LIC #:A & M PROPERTY MAINTENANCE, LLC MAINT. SERVICE/ NO CONTRACTOR WORK 22.00 2-5 EMPLOYEES NO FERTILIZING SEPTEMBER 30, 2025 HOME OCCUPATION YZAGUIRRE, ARMANDO 4396 OWENS WAY AVE MARIA, FL 34142 062877 370-0733 LLC WWW-25-00042299 03703301 07/03/2024 4396 OWENS WAY Page 3532 of 4096 Page 3533 of 4096 Page 3534 of 4096 Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) (Name of Company Requesting Reference Information; A and M Property Maintenance (Name of Individuals Requesting Reference Information) Name: Tami Scott (Evaluator completing reference questionnaire) Company: Bayshore MSTU-Collier County (Evaluator’s Company completing reference) Email:Tami.scott@colliercountyfl.gov FAX: Telephone: 239-252-8845 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Weekly Maintenance Completion Date: On Going Project Budget: $150,000.00___________________________ Project Number of Days:yearly contrat Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Solicitation: 24-8288S Grounds Maintenance-County Facilities Supplemental Reference Questionnaire for: A&M Property Maintenance _________________________ _______________________________ 10 10 10 10 10 10 10 10 10 10 100 Page 3535 of 4096 Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: ______ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 10 10 10 10 10 10 10 10 10 10 100 Lawn Maintenance Renews yearly Yearly 239-377-0634 COLLIER COUNTY SCHOOLS perezs7@collierschools.com 24-8288S Grounds Maintenance-County Facilities Supplemental A&M PROPERTY MAINTENANCE, LLC SUMEET PEREZ Page 3536 of 4096 Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Christie Betancourt (Evaluator completing reference questionnaire) Company: Immokalee CRA (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Landscape Maintenance Project Budget: $291,160 Completion Date: 2 additional 1 year terms Project Number of Days: 3 year term Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 24-8288 Grounds Maintenance-County Facilities Supplemental A&M PROPERTY MAINTENANCE, LLC Armando B. Yzaguirre christie.betancourt@colliercountyfl.gov 239.867.0028 10 10 10 10 10 10 10 10 10 10 100 Page 3537 of 4096 Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: A & M Property Maintenance (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name:Christal Segura (Evaluator completing reference questionnaire) Company: Collier County Conservation Collier (Evaluator’s Company completing reference) Email: christal.segur@colliercountyfl.gov FAX: Telephone: 229-252-2495 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Pepper Ranch Preseve Campground Mowing Completion Date: Ongoing Project Budget: $12,000 per year Project Number of Days:Multple Years 36 cuts Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 24-8288S Grounds Maintenance-County Facilities Supplemental Page 3538 of 4096 Page 3539 of 4096 09/30/2024 Page 3540 of 4096 Page 3541 of 4096 Page 3542 of 4096 Page 3543 of 4096 Collier County Board of County Commissioners Certificate of Competency Collier County * City of Marco * City of Naples * City of Everglades Issued Date: 11/06/2024 Company:A&M PROPERTY MAINTENANCE LLC Address:4396 OWENS AVE AVE MARIA, FL 34142 Telephone:(239) 503-0303 Qualifier:YZAGUIRRE, ARMANDO B. License #:C33963 Issuance #:201400001753 Classification:IRRIGATION SPRINKLER Valid Thru: State License #: State Valid Thru: 09/30/2025 It is the Qualifier’s responsibility to keep current all records with Collier County. This shall include insurance certificates and/or contact information. Always verify licenses online at https://cvportal.colliercountyfl.gov/CityViewWeb/ Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. This Collier County Certificate of Competency’s status and expiration date may change on July 1, 2025, due to the State of Florida Senate Bill No. 1142. Please visit our website at www.colliercountyfl.gov/government/growth-management/divisions/operations- regulatory-management/contractor-licensing for more information as it becomes available. Page 3544 of 4096 Page 3545 of 4096 Collier County Board of County Commissioners Certificate of Competency Collier County * City of Marco * City of Naples * City of Everglades Issued Date: 11/06/2024 Company:A&M PROPERTY MAINTENANCE LLC Address:4396 OWENS AVE AVE MARIA, FL 34142 Telephone:(239) 503-0303 Qualifier:YZAGUIRRE, ARMANDO B. License #:C33963 Issuance #:33963 Classification:LANDSCAPING RESTRICTED Valid Thru: State License #: State Valid Thru: 09/30/2025 It is the Qualifier’s responsibility to keep current all records with Collier County. This shall include insurance certificates and/or contact information. Always verify licenses online at https://cvportal.colliercountyfl.gov/CityViewWeb/ Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. This Collier County Certificate of Competency’s status and expiration date may change on July 1, 2025, due to the State of Florida Senate Bill No. 1142. Please visit our website at www.colliercountyfl.gov/government/growth-management/divisions/operations- regulatory-management/contractor-licensing for more information as it becomes available. Page 3546 of 4096 Page 3547 of 4096 ARMANDO BENITO YZAGUIRRE JR March 18, 2025 March 31, 2026 BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 LC257092 4396 OWENS WAY AVE MARIA, FL 34142 COMMERCIAL LANDSCAPE MAINT. HOLDER STATE OF FLORIDADepartment of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT STATE OF FLORIDA Date File No.Expires THE COMMERCIAL LANDSCAPE MAINT. HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: March 31, 2026 Signature Department of Agriculture and Consumer Services HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING March 31, 2026 ARMANDO BENITO YZAGUIRRE JR BUREAU OF LICENSING AND ENFORCEMENT LC257092 Wallet Card - Fold Here WILTON SIMPSON, COMMISSIONER WILTON SIMPSON COMMISSIONER Page 3548 of 4096 Page 3549 of 4096 Page 3550 of 4096 EFFECTIVE DATE: PERSON: BUSINESS NAME AND ADDRESS: ARMANDO B YZAGUIRRE A&M PROPERTY MAINTENANCE LLC 4396 OWENS WAY IMMOKALEE, FL 34142 FEIN: JIMMY PATRONIS CHIEF FINANCIAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION * * CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW * * IMPORTANT: Pursuant to subsection 440.05(13), F.S., an officer of a corporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter. Pursuant to subsection 440.05(11), F.S., Certificates of election to be exempt issued under subsection (3) apply only to the corporate officer named on the notice of election to be exempt. Pursuant to subsection 440.05(12), F.S., notices of election to be exempt and certificates of election to be exempt shall be subject to revocation if, at any time after the filing of the notice or the issuance of the certificate, the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate. The department shall revoke a certificate at any time for failure of the person named on the certificate to meet the requirements of this section. DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT RULE 69L-6.012, F.A.C. REVISED 01/2023 QUESTIONS? (850) 413-1609E01976510 NON-CONSTRUCTION INDUSTRY EXEMPTION 8/8/2024 EXPIRATION DATE:8/8/2026 262564413 EMAIL:SYLVIA.YZAGUIRRE@AANDMPROPERTY.COM This certificate of election to be exempt is NOT a license issued by the Department of Business and Professional Regulation. To determine if the certificate holder is required to have a license to perform work or to verify the license of the certificate holder, go to www.myfloridalicense.com. This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law. Page 3551 of 4096 Page 3552 of 4096 Page 3553 of 4096 Project Manager: Todd FiedorowiczProcurement Strategist: Sarah Hamilton/Rita IglesiasNotifications Sent: 2,886Viewed: 790Bids Received: 4PRIMARY SECONDARYLine ItemBuilding AddressService Type Service Rate*Extended Rate( 39 weeks )Service Rate*Extended Rate( 39 weeks )Service Rate*Extended Rate( 39 weeks )Service Rate*Extended Rate( 39 weeks )41.1 Roberts Ranch 1215 Roberts Road W Standard Service$1,212.00 $47,268.00 $850.00 $33,150.00 $1,369.24 $53,400.36 $775.00 $30,225.0041.2Irrigation Services$166.00 $6,474.00 $25.00 $975.00 $51.32 $2,001.48 $5.00 $195.0041.3Mulching$39.00 $1,521.00 $0.00 $0.00 $118.87 $4,635.93 $10.00 $390.0041.4Canopy Tree & Palm Maintenance$43.00 $1,677.00 $150.00 $5,850.00 $373.32 $14,559.48 $20.00 $780.0042.1 Immokalee Code Enforcement 310 Alachua Street Standard Service$148.00 $5,772.00 $115.00 $4,485.00 $413.84 $16,139.76 $90.00 $3,510.0042.2Irrigation Services$32.00 $1,248.00 $25.00 $975.00 $20.53 $800.67 $2.00 $78.0042.3Mulching$7.00 $273.00 $25.00 $975.00 $26.63 $1,038.57 $2.00 $78.0042.4Canopy Tree & Palm Maintenance$5.00 $195.00 $100.00 $3,900.00 $37.34 $1,456.26 $2.00 $78.0043.1 Immokalee Government Center 106 S 1st Street Standard Service$176.00 $6,864.00 $131.00 $5,109.00 $659.11 $25,705.29 $90.00 $3,510.0043.2Irrigation Services$36.00 $1,404.00 $37.50 $1,462.50 $30.79 $1,200.81 $2.00 $78.0043.3Mulching$15.00 $585.00 $150.00 $5,850.00 $85.35 $3,328.65 $2.00 $78.0043.4Canopy Tree & Palm Maintenance$8.00 $312.00 $400.00 $15,600.00 $29.87 $1,164.93 $2.00 $78.0044.1 CCSO Immokalee Substation/EMS #30 101 S 1st Street Standard Service$439.00 $17,121.00 $122.00 $4,758.00 $530.79 $20,700.81 $75.00 $2,925.0044.2Irrigation Services$40.00 $1,560.00 $37.50 $1,462.50 $20.53 $800.67 $2.00 $78.0044.3Mulching$59.00 $2,301.00 $150.00 $5,850.00 $85.35 $3,328.65 $2.00 $78.0044.4Canopy Tree & Palm Maintenance$1.00 $39.00 $400.00 $15,600.00 $29.87 $1,164.93 $2.00 $78.0045.1 IM Vacant Lot (next to CCSO/EMS) 106 S 1st Street Standard Service$238.00 $9,282.00 $44.00 $1,716.00 $281.73 $10,987.47 $25.00 $975.0045.2Irrigation Services$40.00 $1,560.00 $25.00 $975.00 $10.26 $400.14 $2.00 $78.0045.3Mulching$9.00 $351.00 $50.00 $1,950.00 $4.03 $157.17 $2.00 $78.0045.4Canopy Tree & Palm Maintenance$9.00 $351.00 $200.00 $7,800.00 $7.47 $291.33 $2.00 $78.0046.1 Immokalee Fleet/Facilities/Road & Bridge 415 Sgt Joe Jones Road Standard Service$373.00 $14,547.00 $199.00 $7,761.00 $525.53 $20,495.67 $550.00 $21,450.0046.2Irrigation Services$40.00 $1,560.00 $50.00 $1,950.00 $20.53 $800.67 $5.00 $195.0046.3Mulching$3.00 $117.00 $125.00 $4,875.00 $26.63 $1,038.57 $5.00 $195.0046.4Canopy Tree & Palm Maintenance$3.00 $117.00 $100.00 $3,900.00 $14.94 $582.66 $5.00 $195.0047.1 Immokalee Health Building 491 1st Street Standard Service$158.00 $6,162.00 $142.00 $5,538.00 $516.37 $20,138.43 $120.00 $4,680.0047.2Irrigation Services$40.00 $1,560.00 $37.50 $1,462.50 $10.26 $400.14 $5.00 $195.0047.3Mulching$3.00 $117.00 $150.00 $5,850.00 $53.26 $2,077.14 $5.00 $195.0047.4Canopy Tree & Palm Maintenance$3.00 $117.00 $200.00 $7,800.00 $29.87 $1,164.93 $5.00 $195.0048.1 IM Jail (Perimeter only) Sgt. Joe Jones Road Standard Service$315.00 $12,285.00 $83.00 $3,237.00 $662.31 $25,830.09 $60.00 $2,340.0048.2Irrigation Services$40.00 $1,560.00 $37.50 $1,462.50 $20.53 $800.67 $5.00 $195.0048.3Mulching$60.00 $2,340.00 $150.00 $5,850.00 $170.70 $6,657.30 $5.00 $195.0048.4Canopy Tree & Palm Maintenance$32.00 $1,248.00 $250.00 $9,750.00 $59.73 $2,329.47 $5.00 $195.00Mainscape, Inc. A&M Property Maintenance LLCSuperior Landscaping & Lawn Service Inc.1. There are four zones. This bid schedule is only for Zone 4 under the Supplemental Bid to Invitation to Bid No. 24-8288.2. The bidder must bid all line items in the zone or they may be considered non-responsive. A zero-dollar bid will be considered a valid bid.3. Routine Services extended rate calculation is Service Rate x 39 weeks; annual services is estimated at 39 weeks for bidding purposes.Section 1.0 ROUTINE SERVICESZONE 4 (21 building locations)Bid TabulationNotifications Sent: 2,886Viewed: 790Bids Received: 4Synergy ContractingNON-RESPONSIVEProject Manager: Todd Fiedorowicz Procurement Strategist: Sarah Hamilton/Rita IglesiasITB No. 24-8288SGrounds Maintenance - County Facilities - SUPPLEMENTALOpened By: Rita Iglesias Witnessed By: Barbara LanceDate: April 9 2025, 3:00 PM EST  Page 3554 of 4096 Project Manager: Todd FiedorowiczProcurement Strategist: Sarah Hamilton/Rita IglesiasNotifications Sent: 2,886Viewed: 790Bids Received: 449.1 University Extension Office 14700 Immokalee Road Standard Service$775.00 $30,225.00 $391.00 $15,249.00 $779.26 $30,391.14 $345.00 $13,455.0049.2Irrigation Services$124.00 $4,836.00 $50.00 $1,950.00 $30.79 $1,200.81 $5.00 $195.0049.3Mulching$60.00 $2,340.00 $250.00 $9,750.00 $145.66 $5,680.74 $5.00 $195.0049.4Canopy Tree & Palm Maintenance$16.00 $624.00 $500.00 $19,500.00 $37.34 $1,456.26 $5.00 $195.0050.1 CCSO Corkscrew Substation 14750 Immokalee Road Standard Service$432.00 $16,848.00 $294.00 $11,466.00 $545.37 $21,269.43 $270.00 $10,530.0050.2Irrigation Services$64.00 $2,496.00 $37.50 $1,462.50 $20.53 $800.67 $2.00 $78.0050.3Mulching$74.00 $2,886.00 $150.00 $5,850.00 $133.14 $5,192.46 $2.00 $78.0050.4Canopy Tree & Palm Maintenance$5.00 $195.00 $200.00 $7,800.00 $37.34 $1,456.26 $2.00 $78.0051.1 EMS #10 14756 Immokalee Road Standard Service$286.00 $11,154.00 $294.00 $11,466.00 $652.40 $25,443.60 $270.00 $10,530.0051.2Irrigation Services$52.00 $2,028.00 $37.50 $1,462.50 $20.53 $800.67 $2.00 $78.0051.3Mulching$16.00 $624.00 $150.00 $5,850.00 $115.62 $4,509.18 $2.00 $78.0051.4Canopy Tree & Palm Maintenance$20.00 $780.00 $200.00 $7,800.00 $37.34 $1,456.26 $2.00 $78.0052.1 Marco Island Tax Collector 1040 Winterberry Drive Standard Service$144.00 $5,616.00 $136.00 $5,304.00 $279.92 $10,916.88 $85.00 $3,315.0052.2Irrigation Services$52.00 $2,028.00 $25.00 $975.00 $10.26 $400.14 $2.00 $78.0052.3Mulching$8.00 $312.00 $100.00 $3,900.00 $34.14 $1,331.46 $2.00 $78.0052.4Canopy Tree & Palm Maintenance$3.00 $117.00 $102.50 $3,997.50 $14.94 $582.66 $2.00 $78.0053.1 Marco Island Museum 1264 Mistletoe Court Standard Service$366.00 $14,274.00 $800.00 $31,200.00 $840.61 $32,783.79 $270.00 $10,530.0053.2Irrigation Services$68.00 $2,652.00 $37.50 $1,462.50 $41.06 $1,601.34 $2.00 $78.0053.3Mulching$117.00 $4,563.00 $250.00 $9,750.00 $243.53 $9,497.67 $2.00 $78.0053.4Canopy Tree & Palm Maintenance$4.00 $156.00 $500.00 $19,500.00 $89.60 $3,494.40 $2.00 $78.0054.1 CCSO Marco Island Substation 990 N. Barfield Drive Standard Service$175.00 $6,825.00 $250.00 $9,750.00 $525.53 $20,495.67 $110.00 $4,290.0054.2Irrigation Services$72.00 $2,808.00 $37.50 $1,462.50 $20.53 $800.67 $2.00 $78.0054.3Mulching$23.00 $897.00 $100.00 $3,900.00 $92.87 $3,621.93 $2.00 $78.0054.4Canopy Tree & Palm Maintenance$11.00 $429.00 $100.00 $3,900.00 $29.87 $1,164.93 $2.00 $78.0055.1 Everglades Museum 105 W. Broadway Standard Service$236.00 $9,204.00 $200.00 $7,800.00 $538.36 $20,996.04 $110.00 $4,290.0055.2Irrigation Services$84.00 $3,276.00 $25.00 $975.00 $30.79 $1,200.81 $2.00 $78.0055.3Mulching$11.00 $429.00 $100.00 $3,900.00 $72.83 $2,840.37 $2.00 $78.0055.4Canopy Tree & Palm Maintenance$20.00 $780.00 $125.00 $4,875.00 $29.87 $1,164.93 $2.00 $78.0056.1 Immokalee Library 417 N 1st Street Standard Service$598.00 $23,322.00 $218.00 $8,502.00 $558.19 $21,769.41 $90.00 $3,510.0056.2Irrigation Services$52.00 $2,028.00 $37.50 $1,462.50 $20.53 $800.67 $2.00 $78.0056.3Mulching$74.00 $2,886.00 $125.00 $4,875.00 $68.28 $2,662.92 $2.00 $78.0056.4Canopy Tree & Palm Maintenance$8.00 $312.00 $200.00 $7,800.00 $29.87 $1,164.93 $2.00 $78.0057.1 Marco Island Library 210 S. Heathwood Standard Service$420.00 $16,380.00 $350.00 $13,650.00 $574.06 $22,388.34 $225.00 $8,775.0057.2Irrigation Services$64.00 $2,496.00 $37.50 $1,462.50 $30.79 $1,200.81 $2.00 $78.0057.3Mulching$70.00 $2,730.00 $150.00 $5,850.00 $145.66 $5,680.74 $2.00 $78.0057.4Canopy Tree & Palm Maintenance$8.00 $312.00 $200.00 $7,800.00 $29.87 $1,164.93 $2.00 $78.00Opened By: Rita Iglesias Witnessed By: Barbara LanceDate: April 9 2025, 3:00 PM EST  Page 3555 of 4096 Project Manager: Todd FiedorowiczProcurement Strategist: Sarah Hamilton/Rita IglesiasNotifications Sent: 2,886Viewed: 790Bids Received: 458.1 Golden Gate Estates Library 1266 Golden Gate Blvd Standard Service$442.00 $17,238.00 $800.00 $31,200.00 $585.75 $22,844.25 $685.00 $26,715.0058.2Irrigation Services$132.00 $5,148.00 $37.50 $1,462.50 $20.53 $800.67 $5.00 $195.0058.3Mulching$74.00 $2,886.00 $100.00 $3,900.00 $220.77 $8,610.03 $5.00 $195.0058.4Canopy Tree & Palm Maintenance$51.00 $1,989.00 $250.00 $9,750.00 $59.73 $2,329.47 $10.00 $390.0059.1 EMS #71 95 13th Ave SW Standard Service$251.00 $9,789.00 $350.00 $13,650.00 $536.90 $20,939.10 $340.00 $13,260.0059.2Irrigation Services$52.00 $2,028.00 $37.50 $1,462.50 $20.53 $800.67 $5.00 $195.0059.3Mulching$15.00 $585.00 $62.50 $2,437.50 $72.83 $2,840.37 $5.00 $195.0059.4Canopy Tree & Palm Maintenance$68.00 $2,652.00 $62.50 $2,437.50 $29.87 $1,164.93 $5.00 $195.0060.1 131 1st St NW 131 1st St NW Standard Service$248.00 $9,672.00 $75.00 $2,925.00 $277.52 $10,823.28 $60.00 $2,340.0060.2Irrigation Services$48.00 $1,872.00 $25.00 $975.00 $10.26 $400.14 $2.00 $78.0060.3Mulching$15.00 $585.00 $25.00 $975.00 $3.53 $137.67 $2.00 $78.0060.4Canopy Tree & Palm Maintenance$8.00 $312.00 $62.50 $2,437.50 $7.47 $291.33 $2.00 $78.0061.1 165 GG Blvd W 165 Golden Gate Blvd W Standard Service$248.00 $9,672.00 $75.00 $2,925.00 $277.52 $10,823.28 $60.00 $2,340.0061.2Irrigation Services$52.00 $2,028.00 $25.00 $975.00 $10.26 $400.14 $2.00 $78.0061.3Mulching$8.00 $312.00 $25.00 $975.00 $3.53 $137.67 $2.00 $78.0061.4Canopy Tree & Palm Maintenance$8.00 $312.00 $62.50 $2,437.50 $7.47 $291.33 $2.00 $78.00Zone 4 - Routine Services Subtotal$394,836.00 $522,463.50 $598,597.35 $191,841.00*Rounding errorsLine ItemDescription Quantity Unit Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price1 Landscape Laborer 1 Hour $55.00 $55.00 $60.00 $60.00 $38.00 $38.00 $30.00 $30.002 Landscape Supervisor 1 Hour $65.00 $65.00 $75.00 $75.00 $68.00 $68.00 $45.00 $45.003 Irrigation Technician 1 Hour $75.00 $75.00 $75.00 $75.00 $45.00 $45.00 $50.00 $50.004 Irrigation Supervisor 1 Hour $85.00 $85.00 $85.00 $85.00 $75.00 $75.00 $60.00 $60.005 Equipment Operator 1 Hour $250.00 $250.00 $100.00 $100.00 $75.00 $75.00 $65.00 $65.00Line ItemDescription Quantity Unit Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price6 Bucket Truck 1 Hour $300.00 $300.00 $150.00 $150.00 $245.00 $245.00 $125.00 $125.007 Mini Excavator 1 Hour $450.00 $450.00 $200.00 $200.00 $175.00 $175.00 $85.00 $85.008 Skid Loader 1 Hour $250.00 $250.00 $250.00 $250.00 $175.00 $175.00 $85.00 $85.00$1,530.00 $995.00 $896.00 $545.00$396,366.00 $523,458.50 $599,493.35 $192,386.00Opened By: Rita Iglesias Wit d B B b LYES*YES YES YESNOYESYESYES YESBusiness Tax ReceiptYES YES YESW-9YES YES YESE-Verify YES YES YES NOSunbizYES YES YES NOForm 5: Reference Questionnaire (3 References 3 Years experience) YES YES YES YESForm 4: Vendor Submittal – Local Vendor Preference AffidavitYES YES YES NOForm 3: Immigration Affidavit CertificationYES YES YES *YESForm 2: Conflict of Interest Certification Affidavit YES YES YES *YESYes/NOSynergy ContractingForm 1: Vendor Declaration StatementYES YES YES *YESBid ScheduleYES YES *YES YESYes/No Yes/No Yes/NoREQUIRED FORMS AND DOCUMENTS Mainscape, Inc. A&M Property Maintenance LLCSuperior Landscaping & Lawn Service Inc.EQUIPMENTZone 4 - Additional Services SubtotalZONE 4 - TOTAL BIDSECTION 2.0. ADDITIONAL SERVICES: Labor and Equipment line item prices do no apply to Section 1.0 Routine Services. Irrigation Material Markup 30%Equipment Markup 15%Subcontractor Markup 15%Landscape Material Markup 15%SECTION 3.0 MARKUP LABOR HOURS: These hours are not part of the routine landscape maintenance services. The division may request additional services as needed. Regular business hours are Monday through Friday from 7:00 AM to 5:00 PM. ** Overtime (OT) hours are weekdays from 5:01 p.m. to 6:59 a.m., weekends, and county-observed holidays. OT rates apply to labor calculated at 1.5 times the unit price; OT will require pre-approval by the Division Project Manager or designee. Certificates/Licenses (Arboriculture Certification (ISA), Limted Urban Commercial Fertilizer Application, MOT OR TCC, Certified Pest Control Operator)Licenses (Collier County Landscape Retricted & Irrigation License, OR Landscape & Irrigation License; OR Unlimited Landscape)Addenda(1)NONOYESNONOOpened By: Rita Iglesias Witnessed By: Barbara LanceDate: April 9 2025, 3:00 PM EST  Page 3556 of 4096 Notice of Recommended Award Solicitation: 24-8288S Title: Grounds Maintenance – County Facilities - Supplemental Due Date and Time: April 9, 2025, at 3:00 PM EST Respondents: Company Name City County State Bid Amount Responsive/ Responsible Mainscape, Inc. Bonita Springs Lee FL $396,366.00 Yes/Yes A&M Property Maintenance, LLC Ave Maria Collier FL $523,458.50 Yes/Yes Superior Landscaping & Lawn Service Inc. Miami Dade FL $599,493.35 Yes/Yes Synergy Contracting, LLC Clearwater Pinellas FL $192,841.00 No/Yes Utilized Local Vendor Preference: Yes No Recommended Vendors for Award: On March 10th, 2025, Procurement Services Division released notices for Invitation to Bid (ITB) No. 24-8288S, Grounds Maintenance – County Facilities - Supplemental. Two thousand, eight hundred and eighty-six (2,886) notifications were sent, seven hundred and ninety (790) vendors viewed the bid information, and four (4) bids were submitted by the April 9th, 2025, submission deadline. Staff reviewed the bids received, and three (3) of the bidders shown above were deemed responsive and responsible, with Mainscape, Inc., A&M Property Maintenance, LLC, and Superior Landscaping & Lawn Service Inc. having minor irregularities. Synergy Contracting, LLC was deemed non-responsive for failing to submit all licenses required in the bid documents. Staff recommends awards as shown below. Zone 4: Primary Vendor: Mainscape, Inc. Secondary Vendor: A&M Property Maintenance, LLC Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 1D6A9A68-556F-4FED-93F8-124161ABA3B9 5/2/2025 5/2/2025 5/2/2025 Page 3557 of 4096 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 3558 of 4096 Page 3559 of 4096 Page 3560 of 4096 Page 3561 of 4096 Page 3562 of 4096 Page 3563 of 4096 Page 3564 of 4096 Page 3565 of 4096 Page 3566 of 4096 Page 3567 of 4096 Page 3568 of 4096 Page 3569 of 4096 Page 3570 of 4096 Page 3571 of 4096 Page 3572 of 4096 Page 3573 of 4096 Page 3574 of 4096 Page 3575 of 4096 Page 3576 of 4096 Page 3577 of 4096 Page 3578 of 4096 Page 3579 of 4096 Page 3580 of 4096 Page 3581 of 4096 Page 3582 of 4096 Page 3583 of 4096 Page 3584 of 4096 Page 3585 of 4096 Page 3586 of 4096 Page 3587 of 4096 Page 3588 of 4096 Page 3589 of 4096 Page 3590 of 4096 Page 3591 of 4096 Page 3592 of 4096 Page 3593 of 4096 Page 3594 of 4096 Page 3595 of 4096 Page 3596 of 4096 Page 3597 of 4096 Page 3598 of 4096 Page 3599 of 4096 Page 3600 of 4096 Page 3601 of 4096 Page 3602 of 4096 Page 3603 of 4096 Page 3604 of 4096 Page 3605 of 4096 Page 3606 of 4096 Page 3607 of 4096 Page 3608 of 4096 Page 3609 of 4096 Page 3610 of 4096 Page 3611 of 4096 Page 3612 of 4096 Page 3613 of 4096 Page 3614 of 4096 Page 3615 of 4096 Page 3616 of 4096 Page 3617 of 4096 Page 3618 of 4096 Page 3619 of 4096 Page 3620 of 4096 Page 3621 of 4096 Page 3622 of 4096 Page 3623 of 4096 Page 3624 of 4096 Page 3625 of 4096 Page 3626 of 4096 Page 3627 of 4096 Page 3628 of 4096 Page 3629 of 4096 Page 3630 of 4096 Page 3631 of 4096 Page 3632 of 4096 Page 3633 of 4096 Page 3634 of 4096 Page 3635 of 4096