Loading...
#24-8288 (Mainscape, Inc.) FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT #24-8288 for Grounds Maintenance-County Facilities THIS AGREEMENT, made and entered into on this g day of 3 J -( 20 25 by and between Mainscape,Inc. authorized to do business in the State of Florida, whose business address is 3451 Bonita Bay Blvd., Suite 101, Bonita Springs, Florida, 34134, (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a two ( 2 ) year period, commencing P1 upon the date of Board approval; or ■ on July 13th,2025 and terminating on two ( 2 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional two ( 2 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑■ Purchase Order LI 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑� Invitation to Bid (ITB) n otheF ( ) # 24-8288 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑� The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 18 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] w i() 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 IN The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. • 3.3 ❑ The--pro€ed e- • ❑ Other • 3.4 ❑The-G®tinty • Price 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): n Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. ❑ t:nit-P • • Page 2 of 18 Fixed Term Service Multi-Contractor Agreement [2024 ver.1] 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "lashes" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. 4.5 ❑ . Travel—and Reimbursable Expenses must be approved in advance in writing by the County. Travel Mileage $8:44:5-fie Breakfast $6 00 Lunch $1 -00 Dim $19.00 Airfare Glass-face Rental--Gar Lodging • Racking, Aetual-sast-ef-packiRg Reimbursable items other than travel expenses shall be limited to the following: telephone long distance charges, fax charges, photocopying charges and postage. Reimbursable undertaken pursuant to this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. Page 3 of 18 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAD 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Mainscape,Inc. Address: 3451 Bonita Bay Blvd.,Suite 101 Bonita Springs,Florida,34134 Authorized Agent: Loren Garner Attention Name & Title: Account Executive Telephone: 800-481-0096 E-Mail(s): Igarner@mainscape.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Brian Delony Division Name: Facilities Management Division Address: 3335 Tamiami Trail East Naples,Florida,34112 Administrative Agent/PM: Todd Fiedorowicz Telephone: 239-252-5857 E-Mail(s): Todd.Fiedorowicz@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 18 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin or any other class protected by federal or Florida law. 12. INSURANCE. The Contractor shall provide insurance as follows: A. n Commercial General Liability: Coverage shall have minimum limits of $1,000,000.00 Per Occurrence, $2,000,000.00 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. 01 Business Auto Liability: Coverage shall have minimum limits of$ 1,000,000.00 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. 11/11 Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$ 1,000,000.00 for each accident. Page 5 of 18 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] • D. n re its legal liability for claims arising out of the performance of professional services under this this-ieeiranec. Such insurance shall have limits of not less than $ each ell--i e-and g egete- E. ❑ -iabi euerage shall-have minimum limits-of$ i F. ❑ : Geverage claimi-r: G. I-1 ge shall have minimum limits of$ per claim. H. I I ge s cif$ per elaiea: Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Page 6 of 18 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAU Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), n Exhibit A Scope of Services, Exhibit B Fee Schedule, I—I RFP/ 0 ITB/❑ Other #24-8288 , including Exhibits, Attachments and Addenda/Addendum, Ill subsequent quotes, and It Other Exhibit/Attachment: Affidavit Regarding Labor and Services 17. APPLICABILITY. Sections corresponding to any checked box ( ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, Page 7 of 18 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] ICAO including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended, as well as the requirements set forth in Florida Statutes, §448.095; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communications, Government and Public Affairs Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequest(a�colliercountvfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Page 8 of 18 Fixed Term Service Multi-Contractor Agreement [2024_ver.11 Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark- up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or a Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 23. • CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project Page 9 of 18 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. 0 WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. 0 TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. IiI PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary Page 10 of 18 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. Page 11 of 18 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. LJ KEY this--pfej per-ee e-wi rhet: (1 • The Con+ro -(emu o personnel. ■ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. ■ ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation, the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. I I ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its Page 12 of 18 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPScolliercountyfl.gov) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 38. ■ SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision Page 13 of 18 Fixed Term Service Multi-Contractor Agreement [2024_ver.1 CAO shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K4<iiizel,Clerk' he Circuit COLLIER COUNTY, FLORIDA Court and C rip • By: By: � y4 4-- I B L. sunders , Chairman Dated: . (SEAL). Attest as'#o Chai rt t'i's signature only Contractor's Witnesses: Mainscape,Inc. Contractor DBA (rdaitacSly By: A- C tractor's First Witness Si a ure A t Lt.. "Do -e../ e-Zt 'Shu0. �ICX'_tiM I Type/print signature and titleT TType/print witness nameT Contractor's Second Witness Si•kts`Ft IA GeoobMAcJ TType/print witness nameT • prove F r anc�/Legality: II I Count Attorney Prin Name Page 14 of 18 Fixed Term Service Multi-Contractor Agreemen [2024_ver,l] 41.4 C Exhibit A Scope of Services 111I following this page (pages 1 through 1 4 ) this exhibit is not applicable Page 15 of 18 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CD Exhibit A—Scope of Services 24-8288 "Grounds Maintenance—County Facilities" Award Criteria This agreement is to be awarded on a primary and secondary award basis for Zones 1-3. Zone 1: Primary Vendor—Mainscape,Inc. Secondary Vendor—Superior Landscaping&Lawn Services,Inc. Zone 2 and 3: Primary Vendor—Mainscape,Inc. Contractors shall 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 throne!' 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.) Page 1 of 14 Exhibit A—Scope of Services C4Q • 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 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/L1-I028. • 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. Pace 2 of 14 Exhibit A..--Scope of Services e40 • 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 turfs 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 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. Page 3 of 14 Exhibit A—Scope of Services CAO • 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. • Turf herbicides shall not be applied when the daily temperature exceeds eighty-five(85) degrees Fahrenheit. Page 4 of 14 Exhibit A- Scope of Services CAC • 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): Page 5 oi I 4 Exhibit A -Scope of Services CAO • 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 OF/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 %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 I 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. Irrieation 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 Paee6of14 Exhibit A--Scope of Services CAO 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. • 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'h inch—'/<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. Page 7 cif 14 Exhibit A--Scope of Services CAO • 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. • 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 1'ase 8 of 14 Exhibit A Scope of Services CAO 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. 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. l'acc9of 14 Exhibit A.--.Scope of Services CAO 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=010001 99/0125/Sections/0125.5801.html • The link to Collier County's webpage for Background Checks: https://www.colliercounty fl.gov/governmendpublic-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 rage 10 of 14 Exhibit A-- Scope of Services 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.col Iiersheriff.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 Page 11 of 14 Exhibit A --Scope of Services CAO 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.colliercounty fl.gov/government/transportation-management- sery ices/sery ices/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. Page 12 of 14 Exhibit A—Scope of Services CAO 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. 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. Page 13 of 14 Exhibit A-- Scope of Services CAO 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. Repairs shall provide a ninety(90)day warranty. tagel4of14 Exhibit A -Scope of Services CAO Exhibit B Fee Schedule following this page (pages 1 through 6 ) Page 16 of 18 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] EXHIBIT B - FEE SCHEDULE !TB No. 24-8288 - "Grounds Maintenance - County Facilities" Mainscape, Inc. is awarded Primary Vendor for Zones 1-3 ZONE 1 (1 building location) Mainscape, Inc. Section 1.0 ROUTINE SERVICES Line Building Address Service Type Service Rate Item 1.1 Main Government Complex 3303 E.Tamiami Trail Standard Services $ 4,635.00 1.2 Main Government Complex 3303 E.Tamiami Trail Irrigation Services $ 530.00 1.3 Main Government Complex 3303 E.Tamiami Trail Mulching $ 1,256.00 1.4 Main Government Complex 3303 E.Tamiami Trail Canopy Tree&Palm Maintenance $ 500.00 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. Line Description Unit Unit Price Item 1 Landscape Laborer Hour $ 55.00 2 Landscape Supervisor Hour $ 65.00 3 Irrigation Technician Hour $ 75.00 4 Irrigation Supervisor Hour $ 85.00 5 Equipment Operator Hour $ 250.00 EQUIPMENT Line Description Unit Unit Price Item 6 Bucket Truck Hour $ 300.00 7 Mini Excavator Hour $ 450.00 8 Skid Loader Hour $ 250.00 CAO ZONE 2 (16 building locations Mainscape,Inc. Section 1.0 ROUTINE SERVICES Line Building Address Service Type Service Rate Item 2.1 Standard Service $ 372.00 2.2 North Government Center 2335 Orange Blossom Drive Irrigation Services $ 72.00 2.3 Mulching $ 101.00 2.4 Canopy Tree&Palm Maintenance $ 13.00 3.1 Standard Service $ 1,011.00 3.2 Irrigation Services $ 58.00 Heritage Bay Government Center 15450 Collier Blvd 3.3 Mulching $ 172.00 3.4 Canopy Tree&Palm Maintenance $ 5.00 4.1 Standard Service $ 395.00 4.2 Irrigation Services $ 180.00 CCSO NN Substation 776 Vanderbilt Beach Road 4.3 Mulching $ 130.00 4.4 Canopy Tree&Palm Maintenance $ 20.00 5.1 Standard Service $ 213.00 5.2 Irrigation Services $ 36.00 Vanderbilt Library 788 Vanderbilt Beach 5.3 Mulching $ 56.00 5.4 Canopy Tree&Palm Maintenance $ 17.00 6.1 Standard Service $ 392.00 6.2 Irrigation Services $ 56.00 Headquarters Library 2385 Orange Blossom Drive 6.3 Mulching $ 127.00 6.4 Canopy Tree&Palm Maintenance $ 2.00 7.1 Standard Service $ 474.00 7.2 Irrigation Services $ 176.00 GMD/Planning&Development 2800 N.Horseshoe Drive 7.3 Mulching $ 177.00 7.4 Canopy Tree&Palm Maintenance $ 13.00 8.1 Standard Service $ 349.00 8.2 Irrigation Services $ 117.00 GMD/Construction&Maintenance 2885 S.Horseshoe Drive 8.3 Mulching $ 89.00 8.4 Canopy Tree&Palm Maintenance $ 35.00 9.1 Standard Service $ 393.00 9.2 irrigation Services $ 33.00 CCSO CID 2373 E.Horseshoe Drive 9.3 Mulching $ 88.00 9.4 Canopy Tree&Palm Maintenance $ 17.00 10.1 Standard Service $ 85.00 10.2 Irrigation Services $ 66.00 -CCSO Special Ops 250 Patriot Way 10.3 Mulching $ 19.00 10.4 Canopy Tree&Palm Maintenance $ 7.00 11.1 Standard Service $ 58.00 11.2 Irrigation Services $ 35.00 EMS Medflight(CCSO Offices only) 2375 Tower Drive 11.3 Mulching $ 4.00 11.4 Canopy Tree&Palm Maintenance $ 4.00 12.1 Standard Service $ 390.00 12.2 Irrigation Services $ 34.00 Naples Depot Museum 1051 5th Avenue S. 12.3 Mulching $ 44.00 12.4 Canopy Tree&Palm Maintenance $ 30.00 13.1 Standard Service $ 229.00 13.2 Irrigation Services $ 45.00 Naples Regional Library 605 Central Avenue 13.3 Mulching $ 56.00 13.4 Canopy Tree&Palm Maintenance $ 36.00 14.1 Standard Service $ 85.00 14.2 Irrigation Services $ 66.00 GMD Parking Garage 2800 N.Horseshoe Drive 14.3 Mulching $ 19.00 14.4 Canopy Tree&Palm Maintenance $ 7.00 15.1 Standard Service $ 221.00 15.2 Irrigation Services $ 84.00 EMS#24 Airport Road 15.3 Mulching $ 70.00 15.4 Canopy Tree&Palm Maintenance $ 12.00 16.1 Standard Service $ 219.00 16.2 Irrigation Services $ 35.00 EMS#76 790 Logan Blvd N 16.3 Mulching $ 51.00 16.4 Canopy Tree&Palm Maintenance $ 12.00 17.1 Standard Service $ 30.00 17.2 Irrigation Services $ 1.00 Rosemary Cemetery 1000 Pine Ridge Road 17.3 Mulching $ 16.00 17.4 Canopy Tree&Palm Maintenance $ 3.00 SECTION 2.0.ADDITIONAL SERVICES: Labor and Equipment line item prices do no apply to Section 10 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. Line Description Unit Unit Price Item 1 Landscape Laborer Hour $ 55.00 2 Landscape Supervisor Hour $ 65.00 3 Irrigation Technician Hour $ 75.00 4 Irrigation Supervisor Hour $ 85.00 5 Equipment Operator Hour $ 250.00 EQUIPMENT Line Description Unit Unit Price Item 6 Bucket Truck Hour $ 300.00 7 Mini Excavator Hour $ 450.00 8 Skid Loader Hour $ 250.00 ZONE 3 (23 building locations) Mainscape,Inc. Section 1.0 ROUTINE SERVICES Line Building Address Service Type Service Rate Item 18.1 Standard Service $ 180.00 18.2 Irrigation Services $ 82.00 Motor Vehicle Building 725 N.Airport Road 18.3 Mulching $ 26.00 18.4 Canopy Tree&Palm Maintenance $ 8.00 19.1 Standard Service $ 114.00 19.2 Irrigation Services $ 47.00 CCSO Golden Gate Substation 4715 Golden Gate Parkway 19.3 Mulching $ 27.00 19.4 Canopy Tree&Palm Maintenance $ 7.00 20.1 Standard Service $ 143.00 20.2 Irrigation Services $ 58.00 Golden Gate Government Center 4707 Golden Gate Parkway 20.3 Mulching $ 30.00 20.4 Canopy Tree&Palm Maintenance $ 8.00 21.1 Standard Service $ 172.00 21.2 Irrigation Services $ 69.00 Golden Gate Senior Center 4948 Coronado Parkway 21.3 Mulching $ 37.00 21.4 Canopy Tree&Palm Maintenance $ 10.00 22.1 Standard Service $ 214.00 22.2 Irrigation Services $ 85.00 GG EMS/Fire 4741 Golden Gate Parkway 22.3 Mulching $ 46.00 22.4 Canopy Tree&Palm Maintenance $ 12.00 23.1 Standard Service $ 80.00 23.2 Irrigation Services $ 32.00 CCSO Substation/EMS#21 111221 Tamiami Trail E. 23.3 Mulching $ 19.00 23.4 Canopy Tree&Palm Maintenance $ 6.00 24.1 Standard Service $ 235.00 24.2 Irrigation Services $ 52.00 Emergency Services Center 8075 Lely Cultural Pkwy 24.3 Mulching $ 32.00 24.4 Canopy Tree&Palm Maintenance $ 17.00 25.1 Standard Service $ 382.00 25.2 Irrigation Services $ 25.00 Road&Bridge 4800 Davis Blvd 25.3 Mulching $ 26.00 25.4 Canopy Tree&Palm Maintenance $ 4.00 26.1 Standard Service $ 207.00 26.2 Irrigation Services $ 33.00 BCC Fleet 2901 County Barn Road 26.3 Mulching $ 32.00 26.4 Canopy Tree&Palm Maintenance $ 7.00 27.1 Standard Service $ 182.00 27.2 Irrigation Services $ 25.00 CCSO Fleet 2885 County Barn Road 27.3 Mulching $ 32.00 27.4 Canopy Tree&Palm Maintenance $ 7.00 28.1 Standard Service $ 504.00 28.2 Irrigation Services $ 138.00 CAT/Administration&Fleet 8300 Radio Road 28.3 Mulching $ 64.00 28.4 Canopy Tree&Palm Maintenance $ 13.00 29.1 Standard Service $ 603.00 29.2 Irrigation Services $ 85.00 Domestic Animal Services 7610 Davis Blvd 29.3 Mulching $ 64.00 29.4 Canopy Tree&Palm Maintenance $ 13.00 30.1 Standard Service $ 245.00 30.2 Irrigation Services $ 51.00 Supervisor of Elections 3750 Enterprise Avenue 30.3 Mulching $ 89.00_ 30.4 Canopy Tree&Palm Maintenance $ 3.00 31.1 Standard Service $ 178.00 31.2 Golden Gate Library 2432 Lucern Road Irrigation Services $ 69.00 31.3 Mulching $ 37.00 31.4 Canopy Tree&Palm Maintenance $ 10.00 32.1 Standard Service $ 98.00 32.2 Irrigation Services $ 48.00 East Naples Library 8787 Tamiami Trail E 32.3 Mulching $ 32.00 32.4 Canopy Tree&Palm Maintenance $ 10.00 33.1 Standard Service $ 876.00 33.2 Irrigation Services $ 135.00 South Regional Library 8065 Lely Cultural Pkwy 33.3 Mulching $ 165.00 33.4 Canopy Tree&Palm Maintenance $ 59.00 34.1 Standard Service $ 245.00 34.2 EMS#75 4590 Santa Barbara Irrigation Services $ 51.00 34.3 Mulching $ 26.00 34.4 Canopy Tree&Palm Maintenance $ 5.00 35.1 Standard Service $ 323.00 35.2 Irrigation Services $ 123.00 Property Appraiser 3950 Radio Road 35.3 Mulching $ 57.00 35.4 Canopy Tree&Palm Maintenance $ 36.00 36.1 Standard Service $ 28.00 36.2 Irrigation Services $ 25.00 1973 Bay Street House 1973 Bay Street 36.3 Mulching $ 6.00 36.4 Canopy Tree&Palm Maintenance $ 2.00 37.1 Standard Service $ 35.00 37.2 Irrigation Services $ 17.00 2015 Bay Street House 2015 Bay Street 37.3 Mulching $ 6.00 37.4 Canopy Tree&Palm Maintenance $ 2.00 38.1 Standard Service $ 44.00 38.2 Irrigation Services $ 1.00 Bay St Vacant Lot (between houses 1987/2001 Bay Street 38.3 Mulching $ 6.00 38.4 Canopy Tree&Palm Maintenance $ 11.00 39.1 Standard Service $ 46.00 39.2 Irrigation Services $ 1.00 1800/1812 Danford Street 1800 Danford Street 39.3 Mulching $ 6.00 39.4 Canopy Tree&Palm Maintenance $ 11.00 40.1 Standard Service $ 165.00 40.2 Irrigation Services $ 53.00 EMS#25 3675 The Lord's Way 40.3 Mulching $ 13.00 40.4 Canopy Tree&Palm Maintenance $ 4.00 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. Line Item Description Unit Unit Price 1 Landscape Laborer Hour $ 55.00 2 Landscape Supervisor Hour $ 65.00 3 Irrigation Technician Hour $ 75.00 4 Irrigation Supervisor Hour $ 85.00 5 Equipment Operator Hour $ 250.00 EQUIPMENT Line Description Unit Unit Price Item 6 Bucket Truck Hour $ 300.00 7 Mini Excavator Hour $ 450.00 8 Skid Loader Hour $ 250.00 SECTION 3.0 MARKUP Landscape Material Markup 15% Irrigation Material Markup 30% Equipment Markup 15% Subcontractor Markup 15% Exhibit C Affidavit Regarding Labor and Services following this page Page 17 of 18 Fixed Term Service Multi-Contractor Agreement [2024_ver.I] CAO Other Exhibit/Attachment Description: ❑ following this page (pages through ) ❑■ this exhibit is not applicable Page 18 of 18 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO AFFIDAVIT REGARDING LABOR AND SERVICES AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED Effective July 1, 2024,pursuant to § 787.06(13),Florida Statutes, when a contract is executed, renewed,or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Effective January 1,2024,a governmental entity may not accept a bid on,a proposal for,or a reply to,or enter into,a contract with an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet any of the following criteria: (a)the entity is owned by the government of a foreign country of concern;(b)the government of a foreign country of concern has a controlling interest in the entity;or(c)the entity is organized under the laws of or has its principal place of business in a foreign country of concern. Effective July 1,2025,when an entity extends or renews a contract with a governmental entity which would grant the entity access to an individual's personal identifying information,the entity must provide the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c),§287.138,Florida Statutes. Nongovernmental Entity's Name: MAINSCAPE INC Address: 13418 BRITTON PARK RD FISHERS IN 46038 Phone Number: 317-284-5915 Authorized Representative's Name: JILL DOUGHERTY Authorized Representative's Title: CFO Email Address: JDOUGHERTY@MAINSCAPE.COM 1, JILL DOUGHERTY (Name of Authorized Representative), as authorized representative attest under penalty of perjury that MAINSCAPE INC (Name of Nongovernmental Entity) does not: (1) use coercion for labor or services as defined in§787.06,Florida Statutes,and(2)the nongovernmental entity is not(a)owned by a government of a foreign country of concern,(b)that a foreign country of concern does not have a controlling interest in the entity, and(c)that the entity is not organized under the laws of or has its principal place of business in a foreign country of concern,all as prohibited under§287.138,Florida Statutes. Und alty of perjury,I declare that I have read the foregoing Affidavit and that the facts stated in it are true. 6/20/25 (Signattrr authorized representative) Date STATE OF IN COUNTY OF HAMILTON Sworn to(or affirmed)and subscribed before me,by means of®physical presence or❑online notarization this 20 day of JUNE ,20 25 by JILL DOUGHERTY (Name of Affiant),who produced his Florida Driver's License as ident ification. S (•Y 00 Notary Public o�PY P��';Notary ub Public,Stat,of lnnd mina -`Z SEAL;"- Harnilton bCoor c.L ZIf ' 2 I ;*=. •?CoMy Coon Nssion Expi4;" MMMIIIWWW I�1�, (�J �'��No"ANP � f�1v Commission Expires Commission Expires March 21,2031 Personally Known 111 OR Produced Identification❑ Type of Identification Produced: AFFIDAVIT REGARDING LABOR AND SERVICES AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED Effective July 1, 2024, pursuant to § 787.06(13), Florida Statutes, when a contract is executed, renewed,or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Effective January I,2024,a governmental entity may not accept a bid on,a proposal for,or a reply to,or enter into,a contract with an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet any of the following criteria: (a)the entity is owned by the government of a foreign country of concern;(b)the government of a foreign country of concern has a controlling interest in the entity;or(c)the entity is organized under the laws of or has its principal place of business in a foreign country of concern. Effective July 1,2025,when an entity extends or renews a contract with a governmental entity which would grant the entity access to an individual's personal identifying information,the entity must provide the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c),§287.138,Florida Statutes. Nongovernmental Entity's Name: MAINSCAPE INC Address: 13418 BRITTON PARK RD FISHERS IN 46038 Phone Number: 317-284-5915 Authorized Representative's Name: JILL DOUGHERTY Authorized Representative's Title: CFO Email Address: JDOUGHERTY@MAINSCAPE.COM I, JILL DOUGHERTY (Name of Authorized Representative), as authorized representative attest under penalty of perjury that MAINSCAPE INC (Name of Nongovernmental Entity) does not: (I) use coercion for labor or services as defined in §787.06,Florida Statutes,and(2)the nongovernmental entity is not(a)owned by a government of a foreign country of concern,(b)that a foreign country of concern does not have a controlling interest in the entity, and (c)that the entity is not organized under the laws of or has its principal place of business in a foreign country of concern,all as prohibited under§ 287.138,Florida Statutes. Und alty of perjury,I declare that 1 have read the foregoing Affidavit and that the facts stated in it are true. 6/20/25 (Signet it authorized representative) Date STATE OF IN COUNTY OF HAMILTON Sworn to(or affirmed)and subscribed before me,by means of®physical presence or 0 online notarization this 20 day of JUNE ,20 25 by JILL DOUGHERTY (Name of Affiant),who produced his Florida Driver's License as identification. ' Jca~ MELISSA EBBERT Notary Public :?o�•"'• a�';Notary Public,State of Indiana `Z SEAL; 'a Hamilton County ,/1� �,(�3 ;*'. * Commission Number NP07477p6 "" ZII "" %,�NpIANP`.�� My Commission Expires Commission Expires os March 21,2031 Personally Known M OR Produced Identification 0 Type of Identification Produced: