Backup Documents 07/08/2025 Item #16F 6a (Mainscape Inc.) ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 F 6
TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO
THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE
Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney
Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney
Office no later than Monday preceding the Board meeting.
**NEW** ROUTING SLIP
Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with
the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office.
Route to Addressee(s) (List in routing order) Office Initials Date
1. Risk Risk Management ,
2. County Attorney Office County Attorney Office
iH 7)/51,3
4. BCC Office Board of County
Commissioners 06 /j ) -7/is
4. Minutes and Records Clerk of Court's Office
11/07A5
5. Procurement Services Procurement Services
PRIMARY CONTACT INFORMATION
Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event
one of the addressees above,may need to contact staff for additional or missing inf ' ation.
Name of Primary Staff Deidra De La Cruz/Procurement / Contact Information 239-252-8950
Contact/Department
Agenda Date Item was Ju1y8,2025 Agenda Item Number 16.F.6*
Approved by the BCC
Type of Document Agreement Number of Original 1
Attached Documents Attached
PO number or account N/A 24-8288 Mainscape,Inc.
number if document is Mainscape,Inc.
to be recorded
INSTRUCTIONS & CHECKLIST
Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not
appropriate. (Initial) Applicable)
1. Does the document require the chairman's original signature STAMP OK N/A
2. Does the document need to be sent to another agency for additional signatures? If yes, N/A
provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet.
3. Original document has been signed/initialed for legal sufficiency. (All documents to be DD
signed by the Chairman,with the exception of most letters,must be reviewed and signed
by the Office of the County Attorney.
4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A
Office and all other parties except the BCC Chairman and the Clerk to the Board
5. The Chairman's signature line date has been entered as the date of BCC approval of the DD
document or the final negotiated contract date whichever is applicable.
6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's DD
signature and initials are required.
7. In most cases(some contracts are an exception),the original document and this routing slip N/A
should be provided to the County Attorney Office at the time the item is input into SIRE.
Some documents are time sensitive and require forwarding to Tallahassee within a certain
time frame or the BCC's actions are nullified. Be aware of your deadlines!
8. The document was approved by the BCC on July 8,2025,and all changes made I N/A is not
during the meeting have been incorporated in the attached document. The County /j"` A 2 an option for
Attorney's Office has reviewed the changes,if applicable. ` this line.
9. Initials of attorney verifying that the attached document is the version approved by the 1 N/A is not
BCC,all changes directed by the BCC have been made,and the document is ready for the pifr an option for
Chairman's signature. l this line.
16F6
FIXED TERM SERVICE
MULTI-CONTRACTOR AWARD AGREEMENT
#24-8288
for
Grounds Maintenance-County Facilities
THIS AGREEMENT, made and entered into on this day of ,J JI 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 n 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 ❑
3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the
terms and conditions of ❑ Request fer--R ep n Invitation to Bid (ITB) ❑
Other ( ) # 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.
n 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]
,A{()
16F6
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 IRI The procedure for obtaining Work under this Agreement is outlined in Exhibit A -
Scope of Services attached hereto.
3.3 n ❑ Other
3.4 7 The-Ge y •
of �empl ;
Fie . .
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.
Unit-R se: The County agrees to pay a firm total fixed price (inclusive of all costs;
,
deee� (t.e. ins
Page 2 of 18
Fixed Term Service Multi-Contractor Agreement
[2024 ver.1]
16F6
4.2 Any County agency may obtain services under this Agreement, provided
sufficient funds are included in their budget(s).
4.3 Payments will be made for services furnished, delivered, and accepted, upon
receipt and approval of invoices submitted on the date of services or within six (6) months
after completion of the Agreement. Any untimely submission of invoices beyond the
specified deadline period is subject to non-payment under the legal doctrine of "laches"
as untimely submitted. Time shall be deemed of the essence with respect to the timely
submission of invoices under this Agreement.
4.4 The County, or any duly authorized agents or representatives of the County, shall
have the right to conduct an audit of Contractor's books and records to verify the accuracy
of the Contractor's claim with respect to Contractor's costs associated with any Payment
Application, Change Order, or Work Directive Change.
4.5 ❑ Travel—and
Reimbursable Expenses must be approved in advance in writing by the County. Travel
expenses shall be reimbursed as per Section 112.061 Fla. Stats.
•
Mileage $0 44-5-peF +le
Breakfast $6 00
Leh 1 00
Dinner $40,00
Airfare
amass-.fare
Rental-ear
Parking Astual-aest-afiziafking
•
•
Reimbursable items other than travel expenses shall be limited to the following: telephone
leng-distande-ahafges-,--fax—ehafges,--plaatece-pyirg charges and postage. Reimbursable
items will be paid only after Contractor has provided all receipts. Contractor shall be
responsible for all other costs and expenses associated with activities and solicitations
undertaken pursuant to this Agreement.
5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes
associated with the Work or portions thereof, which are applicable during the performance
of the Work. Collier County, Florida as a political subdivision of the State of Florida, is
exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida
Statutes, Certificate of Exemption # 85-8015966531C.
Page 3 of 18
Fixed Term Service Multi-Contractor Agreement
[2024_ver.1]
CAO
16F6
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): lgarner@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]
A_AO
16F6
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. [IJ Commercial General Liability: Coverage shall have minimum limits of
$ 1,000,000.00 Per Occurrence, $2,000,000.00 aggregate for Bodily Injury Liability
and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply
per project. This shall include Premises and Operations; Independent Contractors;
Products and Completed Operations and Contractual Liability.
B. MI Business Auto Liability: Coverage shall have minimum limits of$ 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. U 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]
(A(
16F6
•D. n re its legal
es under this
this
el aim-anal-aggregate-
•
E. Cn ber -ie ave
F.
slll per claim.
G. n : Coverage
shall have minimum limits of$ per claim.
H. Coverage
s-of$ -per claim.
Special Requirements: Collier County Board of County Commissioners, OR, Board of
County Commissioners in Collier County, OR, Collier County Government shall be listed
as the Certificate Holder and included as an "Additional Insured" on the Insurance
Certificate for Commercial General Liability where required. This insurance shall be
primary and non-contributory with respect to any other insurance maintained by, or
available for the benefit of, the Additional Insured and the Contractor's policy shall be
endorsed accordingly.
Current, valid insurance policies meeting the requirement herein identified shall be
maintained by Contractor during the duration of this Agreement. The Contractor shall
provide County with certificates of insurance meeting the required insurance provisions.
Renewal certificates shall be sent to the County thirty (30) days prior to any expiration
date. Coverage afforded under the policies will not be canceled or allowed to expire until
the greater of thirty (30) days prior written notice, or in accordance with policy provisions.
Contractor shall also notify County, in a like manner, within twenty-four (24) hours after
receipt, of any notices of expiration, cancellation, non-renewal or material change in
coverage or limits received by Contractor from its insurer, and nothing contained herein
shall relieve Contractor of this requirement to provide notice.
Contractor shall ensure that all subcontractors comply with the same insurance
requirements that the Contractor is required to meet.
13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor
shall defend, indemnify and hold harmless Collier County, its officers and employees from
any and all liabilities, damages, losses and costs, including, but not limited to, reasonable
attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this
Agreement by Contractor, any statutory or regulatory violations, or from personal injury,
property damage, direct or consequential damages, or economic loss, to the extent
caused by the negligence, recklessness, or intentionally wrongful conduct of the
Contractor or anyone employed or utilized by the Contractor in the performance of this
Page 6 of 18
Fixed Term Service Multi-Contractor Agreement
[2024_ver.1]
CAO
1 6F 6
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), U] Exhibit A Scope of Services,
Exhibit B Fee Schedule, ❑ RFP/ n ITB/❑ Other
#24-8288 , including Exhibits, Attachments and Addenda/Addendum, ❑■ subsequent
quotes, and 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]
:C'A(
16F6
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(ccolliercountyfl.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.1]
1 6F 6
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]
CAO
16F6
site, as well as all tools, appliances, construction equipment and machinery and surplus
materials, and shall leave the Project site clean.
24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES.
The Contractor shall employ people to work on County projects who are neat, clean,
well-groomed and courteous. Subject to the American with Disabilities Act, Contractor
shall supply competent employees who are physically capable of performing their
employment duties. The County may require the Contractor to remove an employee it
deems careless, incompetent, insubordinate or otherwise objectionable and whose
continued employment on Collier County projects is not in the best interest of the County.
25. ❑� WARRANTY. Contractor expressly warrants that the goods, materials and/or
equipment covered by this Agreement will conform to the requirements as specified, and
will be of satisfactory material and quality production, free from defects, and sufficient for
the purpose intended. Goods shall be delivered free from any security interest or other
lien, encumbrance or claim of any third party. Any services provided under this Agreement
shall be provided in accordance with generally accepted professional standards for the
particular service. These warranties shall survive inspection, acceptance, passage of title
and payment by the County.
Contractor further warrants to the County that all materials and equipment furnished under
the Contract Documents shall be applied, installed, connected, erected, used, cleaned
and conditioned in accordance with the instructions of the applicable manufacturers,
fabricators, suppliers or processors except as otherwise provided for in the Contract
Documents.
If, within one (1) year after final completion, any Work is found to be defective or not in
conformance with the Contract Documents, Contractor shall correct it promptly after
receipt of written notice from the County. Contractor shall also be responsible for and pay
for replacement or repair of adjacent materials or Work which may be damaged as a result
of such replacement or repair. These warranties are in addition to those implied
warranties to which the County is entitled as a matter of law.
26. n 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. 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]
16F6
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
1 6 F 6
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. II •
this-pfej
met:-{
The-GeRtFa
seven-¢7ay
lelT
• 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. I■! 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.
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]
16F6
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-FIVIOPS(a7colliercountyfl.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. [I 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]
16F6
shall only be made by Collier County's Risk Management Division Safety Manager and/or
Safety Engineer.
IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed
this Agreement on the date and year first written above.
ATTEST: BOARD OF COUNTY COMMISSIONERS
Crystal K‘Kinzel, Clerk' he Circuit COLLIER COUNTY, FLORIDA
Court and C rnp I
By: • By: :�
B L. sunders , Chairman
Dated:
(SEAT) • ;,
Attest aS'to ha►kra' ►'S
signature only
Contractor's Witnesses: Mainscape,Inc.
Contractor
• DBA
(-igt,. <s- ,,,AA By: ..-\-
C tractor's First Witness Si a ure e.—ii
' 3S uOO. Cl\OC(i & 'Type/print signature and title?'
T'Type/print witness namel
cam e ---------- -
Contractor's Second Witness
.+M t*kNA C1/400DMAC
tType/print witness name"'
prove F r alLegality:
twJ I
Count Attorney
Prin Name ,
Page 14 of 18 n�
Fixed Term Service Multi-Contractor Agreemen �,/
[2024_ver.1] ��11J�
C .
16F6
Exhibit A
Scope of Services
n following this page (pages 1 through 4 )
this exhibit is not applicable
Page 15 of 18
Fixed Term Service Multi-Contractor Agreement
[2024_ver.1] OP
16F6
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 through Zone 4: Other site locations throughout Collier County, excluding the Government Main
Campus.
• Complete routine services in a one-day time frame for each frequency and on the same consistent day unless
specific variances are approved in advance by the Division Representative or designee(i.e.,A particular site
must be scheduled on a specific day of the week(i.e.,Monday,Tuesday,Wednesday,etc.)
Page 1 of 14
Exhibit A—Scope of Services
C4a
16F6
• 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/LI-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 or 14
Exhibit A.-.Scope of Services
1 F6
• 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
16F6
• 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/in 109)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.
l'ace 4 01 14
Exhibit A--Scope of Services
CAC
16F6
• 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):
Pale 5 of 14
Exhibit A--Scope of Services
CAO
1 6 F 6
• 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 '/2 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. Irrigation Services: The unit price includes labor and equipment to ensure the irrigation system is
functioning properly. The Contractor shall perform the following irrigation services at each zone service
Page 6 61 14
Exhibit A---Scope of Services
CAO
16F6
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'/2 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 of 14
Exhibit A Scope of Services
CAO
16F6
• 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
Pac,c8( i,14
Exhibit A - Scope of Services
CAO
16F6
•
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.
Pace 9 ai 1,4
Exhibit A.--Scope of Services
CAO
16F6
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.col liercountyfl.gov/government/public-uti l ities/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
Page I ii of 14
Exhibit A Scope of Services
CAO
16F6
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 Sheriffs 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.colliersherif£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 1 I of 14
Exhibit A --Scope of Services
CAO
16F6
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.coll iercountyfl.gov/government/transportation-management-
sery ices/services/construction-and-maintenance-public-information/road-alerts
4.7. Work Commencement:The Contractor shall commence work with a purchase order issued by the
Division Representative or designee.
4.8. Work Request Types:This agreement has three types of work requests: 1.Routine Services,2.Additional
Services,and 3.Work Orders.
4.8.1. The Division Representative or designee will issue a purchase order for routine services to start.
The Contractor shall perform these services on a recurring monthly basis.
4.8.2. The Division Representative or designee will request work under additional services by requesting
a written estimate from the Contractor to perform work.No work shall start without a purchase
order and approval from the Division Representative or designee.
4.8.3. The Division Representative or designee will submit a service/work order for the Contractor to
commence services for more urgent work requests (i.e. irrigation line breaks, irrigation spraying
on sidewalks,etc.).These services need to be completed as directed by the Division Representative
or designee. All work under this item must be discussed and approved by the Division
Representative or designee before being performed.All service/work orders must be returned to
the Division Representative or designee with an explanation of the work performed.
Contractor Employees:The Contractor shall employ competent,physically capable personnel to work at all
site locations.Each employee must maintain a neat appearance.A dedicated Site Foreman("Foreman")will
be the primary contact and must be employed by the awarded Contractor. The foreman shall possess the
authority to act on behalf of the Contractor in fulfilling the terms of the Contract. The Division
Representative or designee retains the right to require the replacement of the foreman.
4.8.4. The Contractor shall provide a phone list of employees and titles who can be contacted immediately
during unsatisfactory performance or an emergency. The phone list shall include phone numbers
where the Contractor can be reached during business and non-business hours. The Division
Representative or designee shall be able to reach the Contractor anytime in an emergency.
4.8.5. The Contractor shall employ competent, physically capable personnel at all site locations. Each
employee must maintain a neat appearance.
4.8.6. The Contractor must promptly remove any of its employees from Collier County premises if the
Division Representative or designee requests it and provide a replacement.
4.8.7. The Contractor shall promptly respond to site emergencies as agreed upon with the Division
Representative or designee.
4.8.8. The Contractor must answer phone calls and emails related to emergencies within one(1)hour;at
no additional cost.
4.8.9. In emergencies, the Contractor must be on-site within two (2) hours. Any on-site work during
emergency response will be billed at the fee schedule rates.
Ng,:12 of 14
Exhibit A—Scope of Services
CAO
16F6
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
16F6
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.
Page 14 of 14
Exhibit A--Scope of Services
CAO
16F6
Exhibit B
Fee Schedule
following this page (pages 1 through 6 )
Page 16 of 18
Fixed Term Service Multi-Contractor Agreement
[2024_ver.1]
16F6
EXHIBIT B - FEE SCHEDULE
ITB 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
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
Item Description Unit Unit Price
6 Bucket Truck Hour $ 300.00
7 Mini Excavator Hour $ 450.00
8 Skid Loader Hour $ 250.00
1 6 F 6
ZONE 2
(16 building locations)
Mainscape,Inc.
Section 1.0 ROUTINE SERVICES
Line
Item Building Address Service Type Service Rate
2.1 Standard Service $ 372.00
2.2 Irrigation Services $ 72.00
North Government Center 2335 Orange Blossom Drive
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
16F6
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 EMS#76 790 Logan Blvd N Irrigation Services $ 35.00
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
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
t.r
16F6
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
Irrigation Services $ 32.00
23.2 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
CAO
1 6 F 6
30.1 Standard Service $ 245.00
30.2 Supervisor of Elections 3750 Enterprise Avenue Irrigation Services $ 51.00
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 1800/1812 Danford Street 1800 Danford Street Irrigation Services $ 1.00
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
i
SECTION 20.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
SECTION 3.0 MARKUP
Landscape Material Markup 15%
Irrigation Material Markup 30%
Equipment Markup 15%
Subcontractor Markup 15%
,,f,
1 6F 6
Exhibit C
Affidavit Regarding Labor and Services
following this page
Page 17 of 18
Fixed Term Service Multi-Contractor Agreement
[2024_ver.1]
CAO
16F6
Other Exhibit/Attachment
Description:
n following this page (pages through )
*this exhibit is not applicable
Page 18 of 18
Fixed Term Service Multi-Contractor Agreement
[2024_ver.1]
16F6
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
I, 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
(Signatrrr 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
identification.
Notary Public otPY P;a Notary P,blio StA ate of nBBE h ena
f .::.SEAL. Hamilton County
::.-Commission Number NP07 47706k N\ ZI /tf
ipgP\� rv1y Commission Expires
Commission Expires March 21,2031
Personally Known El OR Produced Identification❑
Type of Identification Produced:
16F6
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
I 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
(Signatir authorized representative) Date
STATE OF IN
COUNTY OF HAMILTON
Sworn to(or affirmed)and subscribed before me,by means of N 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
identification.
.9ka'4 Elob"e' `"',1P��, MELISSA EBBERT Notary Public �� �a'' Notary o•• •.�; v PJblic,State of Inaliena
3 `Z SEAL;" Hamilton County
*. .♦;Commission Number NP0747766
(",�' 2 '%,'N•'•••P 1.1v Commission Expires
Commission Expires
�iny March 21,2031
Personally Known N OR Produced Identification 0
Type of Identification Produced: