Loading...
Agenda 08/12/2025 Item #16B 2 (ITB #25-8356 to Superior Landscaping & Lawn Service, Inc.)8/12/2025 Item # 16.B.2 ID# 2025-2302 Executive Summary Recomendation to award Invitation to Bid No. 25-8356, “Golden Gate Beautification Municipal Service Taxing Unit (MSTU) Grounds Maintenance,” to Superior Landscaping & Lawn Service, Inc., as the primary vendor, and Ground Zero Landscaping Services, Inc., as the secondary vendor, and authorize the Chairman to sign the attached agreements. OBJECTIVE: To provide ongoing maintenance and repair of installed landscape, irrigation, and other beautification assets located within the Golden Gate Beautification Municipal Services Taxing Unit. CONSIDERATIONS: The Golden Gate Beautification MSTU (the “MSTU”) is responsible for maintaining and repairing its assets within the MSTU boundary. Those assets primarily include trees, plants, turf, irrigation systems, and decorative streetlight poles; all of which may also require periodic upgrade or replacement to provide beautification and operational integrity. On February 12, 2024, the Procurement Services Division issued Invitation to Bid No. 25-8356, “Grounds Maintenance Golden Gate MSTU,” to two thousand eight hundred forty-one (2,841) vendors. Six hundred ninety-eight (698) packages were viewed, and the County received six bids by the March 18, 2025, submission deadline. Staff reviewed the bids and found all six bidders to be responsive and responsible, with minor irregularities. Awards have been established based on the lowest total bids on a primary and secondary vendor basis as discussed below: Respondents: Company Name City County State Bid Amount Responsive/ Responsible Superior Landscaping & Lawn Service Inc. Fort Myers Lee FL $227,382.86 Yes/Yes Ground Zero Landscaping Services Inc. Naples Collier FL $245,536.40 Yes/Yes Mainscape, Inc. Bonita Springs Lee FL $262,746.46 Yes/Yes A&M Property Maintenance LLC Ave Maria Collier FL $279,444.00 Yes/Yes Visualscape, Inc Miami Miami- Dade FL $353,939.20 Yes/Yes Duval Landscape Maintenance, LLC Jacksonville Manatee FL $436,079.27 Yes/Yes Staff recommends awarding Superior Landscaping & Lawn Service, Inc., as the primary vendor, and Ground Zero Landscaping Services, Inc., as the secondary vendor for all work areas. A tertiary award is not recommended. Superior Landscaping & Lawn Service, Inc., has been doing business with Collier County since 2014, and has a local office in Bonita Springs. Ground Zero Landscaping Services, Inc., has been doing business with Collier County since 1995, and has a local office in Naples. The proposed Agreements will become effective on October 1, 2025, and will replace existing Agreement No. 20-7724, “Golden Gate Beautification MSTU Grounds.” The proposed attached Agreements include a three-year initial term, with two one-year renewal options. This item is consistent with the Infrastructure and Asset Management element of Collier County’s Strategic Plan by preparing for the impacts of natural disasters on our critical infrastructure and natural resources. FISCAL IMPACT: Funding is available and is consistent with the FY25-26 Budget. The source of funding is the Golden Gate MSTU Fund (1621-162521). Page 739 of 3949 8/12/2025 Item # 16.B.2 ID# 2025-2302 GROWTH MANAGEMENT IMPACT: This item is consistent with the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To award Invitation to Bid No. 25-8356, “Golden Gate Beautification Municipal Service Taxing Unit (MSTU) Grounds Maintenance,” to Superior Landscaping & Lawn Service, Inc., as the primary vendor, and Ground Zero Landscaping Services, Inc., as the secondary vendor, and authorize the Chairman to sign the attached agreements. PREPARED BY: Dan Schumacher, Project Manager, PublicTransit & Neighborhood Enhancement ATTACHMENTS: 1. 25-8356 NORA_Signed 2. 25-8356 - Bid Tabulation 3. 25-8356 - Solicitation 4. 25-8356 Superior Landscaping Proposal 5. 25-8356 Ground Zero Landscaping Proposal 6. 25-8356 Superior COI Exp 12.1.25(GL,AL,WC) 7. 25-8356 Ground Zero COI EXP 11.17.25(GL,WC,AL,UL,PL) 8. 25-8356 Superior Contract VS 9. 25-8356 Ground Zero Contract VS Page 740 of 3949 Notice of Recommended Award Solicitation: 25-8356 Title: Grounds Maintenance Golden Gate MSTU Due Date and Time: March 18, 2025 @ 3:00 PM (EST) Respondents: 6 Company Name City County State Bid Amount Responsive/Responsible Superior Landscaping & Lawn Service Inc. Fort Myers Lee FL $227,382.86 Yes/Yes Ground Zero Landscaping Services Inc. Naples Collier FL $245,536.40 Yes/Yes Mainscape, Inc. Bonita Springs Lee FL $262,746.46 Yes/Yes A&M Property Maintenance LLC Ave Maria Collier FL $279,444.00 Yes/Yes Visualscape, Inc. Miami Miami-Dade FL $353,939.20 Yes/Yes Duval Landscape Maintenance, LLC Jacksonville Manatee FL $436,079.27 Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Vendors For Award: On February 12, 2025, the Procurement Services Division issued Invitation to Bid (“ITB”) No. 25-8356, “Grounds Maintenance Golden Gate MSTU,” to two thousand eight hundred forty-one (2,841) vendors. Six hundred ninety-eight (698) packages were viewed, and six (6) bids were received by March 18, 2025, the submission deadline. Staff reviewed the bids received and all six (6) bidders were found to be responsive and responsible, with minor irregularities. Awards have been established based on the lowest total bid on a Primary and Secondary basis. Staff recommends an award to a Primary and Secondary vendor as noted below: Primary – Superior Landscaping & Lawn Service Inc. Secondary – Ground Zero Landscaping Services Inc. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: E0C74426-EBB1-4BBE-93B1-705C06981627 5/15/2025 5/15/2025 5/15/2025 Page 741 of 3949 Project Manager: Dan Schumacher Number of Bids Sent: 2,841 Procurement Strategist: Dania Guerrero Number of Bids Viewed:698 Number of Bids Received:6 A.#1 Sunshine Blvd (Attachment A - Work Areas 1b & 1d, sheets 1 & 2 ) Includes un-irrigated medians on 18th Ave SW @ 40th Ter S and 18th Pl SW @ Sunset Rd Item Description Qty*UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Basic Grounds Maintenance 1 Pre-Service Cleaning - All Areas 52 Week 48.26$ 2,509.52$ 45.00$ 2,340.00$ 46.00$ 2,392.00$ 115.00$ 5,980.00$ 47.00$ 2,444.00$ 175.00$ 9,100.00$ 2 Weekly Mowing/String Trimming & Edging - Medians 52 Week 264.98$ 13,778.96$ 150.00$ 7,800.00$ 177.00$ 9,204.00$ 175.00$ 9,100.00$ 470.00$ 24,440.00$ 90.00$ 4,680.00$ 3 Bi-weekly Mowing-only, (1) Commercial Mower Pass - side ROW's 26 Week 96.52$ 2,509.52$ 50.00$ 1,300.00$ 181.00$ 4,706.00$ 150.00$ 3,900.00$ 47.00$ 1,222.00$ 329.00$ 8,554.00$ General Trimming & Pruning - to maintain a tight appearance & curb setbacks 4 All areas completed once per month, minimum, and as needed throughout the month 12 Month 397.47$ 4,769.64$ 800.00$ 9,600.00$ 1,199.00$ 14,388.00$ 800.00$ 9,600.00$ 564.00$ 6,768.00$ 927.00$ 11,124.00$ 5 Weekly Post-service Cleaning - All Areas 52 Week 48.26$ 2,509.52$ 125.00$ 6,500.00$ 46.00$ 2,392.00$ 115.00$ 5,980.00$ 188.00$ 9,776.00$ 245.00$ 12,740.00$ Weeding - Hand & Chemical 6 Shrubs, Plants, Groundcovers: as-needed throughout the month to maintain a weed-free site 12 Each 96.52$ 1,158.24$ 600.00$ 7,200.00$ 392.00$ 4,704.00$ 155.00$ 1,860.00$ 470.00$ 5,640.00$ 276.00$ 3,312.00$ Pesticides - Contractor supplies chemicals & application 7 Turf, Groundcover, Shrubs, Trees: Insecticides, applied to all areas as-needed throughout the month 1 Each 107.18$ 107.18$ 550.00$ 550.00$ 121.00$ 121.00$ 35.00$ 35.00$ 750.00$ 750.00$ 636.00$ 636.00$ 8 Turf, Groundcover, Shrubs, Trees: Fungicides, applied to all areas as-needed throughout the month 1 Each 107.18$ 107.18$ 550.00$ 550.00$ 121.00$ 121.00$ 35.00$ 35.00$ 700.00$ 700.00$ 636.00$ 636.00$ 9 Turf, Groundcover, Shrubs, Trees: Herbicides, applied to all areas as-needed throughout the month 1 Each 107.18$ 107.18$ 300.00$ 300.00$ 121.00$ 121.00$ 35.00$ 35.00$ 950.00$ 950.00$ 636.00$ 636.00$ Wet Checks - Test, Check Solenoids & Wiring, Unclog Nozzles, & Adjust Spray Patterns 10 Bi-weekly WeatherTRAK Controller System-wide Cell Phone Operation of All Zones 26 Week 132.80$ 3,452.80$ 200.00$ 5,200.00$ 126.00$ 3,276.00$ 300.00$ 7,800.00$ 400.00$ 10,400.00$ 400.00$ 10,400.00$ A - TOTAL 31,009.74$ A - TOTAL $41,340.00 A - TOTAL 41,425.00$ A - TOTAL 44,325.00$ A - TOTAL 63,090.00$ A - TOTAL 61,818.00$ B.#2 Tropicana Blvd (Attachment A - Work Areas 1c & 1e, sheet 3 ) Includes pedestrian shelters on Tropicana Blvd @ 31st Ave SW and 30th Pl SW @ Tropicana Blvd *Formula Error on Vendor's Bid Schedule Item Description Qty*UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Basic Grounds Maintenance 11 Pre-Service Cleaning - All Areas 52 Week 48.26$ 2,509.52$ 50.00$ 2,600.00$ 46.00$ 2,392.00$ 115.00$ 5,980.00$ 47.00$ 2,444.00$ 125.00$ 6,500.00$ 12 Weekly Mowing/String Trimming & Edging - Medians 52 Week 264.98$ 13,778.96$ 150.00$ 7,800.00$ 127.00$ 6,604.00$ 175.00$ 9,100.00$ 376.00$ 19,552.00$ 150.00$ 7,800.00$ 13 Bi-weekly Mowing-only, (1) Commercial Mower Pass - side ROW's 26 Week 96.52$ 2,509.52$ 48.00$ 1,248.00$ 48.00$ 1,248.00$ 150.00$ 3,900.00$ 47.00$ 1,222.00$ 375.00$ 9,750.00$ General Trimming & Pruning - to maintain a tight appearance & curb setbacks 14 All areas completed once per month, minimum, and as needed throughout the month 12 Month 397.47$ 4,769.64$ 515.00$ 6,180.00$ 1,480.00$ 17,760.00$ 800.00$ 9,600.00$ 376.00$ 4,512.00$ 1,214.00$ 14,568.00$ 15 Weekly Post-service Cleaning - All Areas 52 Week 48.26$ 2,509.52$ 125.00$ 6,500.00$ 46.00$ 2,392.00$ 115.00$ 5,980.00$ 141.00$ 7,332.00$ 200.00$ 10,400.00$ Weeding - Hand & Chemical 16 Shrubs, Plants, Groundcovers: as-needed throughout the month to maintain a weed-free site 12 Each 96.52$ 1,158.24$ 400.00$ 4,800.00$ 471.00$ 5,652.00$ 155.00$ 1,860.00$ 376.00$ 4,512.00$ 350.00$ 4,200.00$ Pesticides - Contractor supplies chemicals & application 17 Turf, Groundcover, Shrubs, Trees: Insecticides, applied to all areas as-needed throughout the month 1 Each 107.18$ 107.18$ 750.00$ 750.00$ 145.00$ 145.00$ 35.00$ 35.00$ 750.00$ 750.00$ 600.00$ 600.00$ 18 Turf, Groundcover, Shrubs, Trees: Fungicides, applied to all areas as-needed throughout the month 1 Each 107.18$ 107.18$ 650.00$ 650.00$ 145.00$ 145.00$ 35.00$ 35.00$ 700.00$ 700.00$ 600.00$ 600.00$ 19 Turf, Groundcover, Shrubs, Trees: Herbicides, applied to all areas as-needed throughout the month 1 Each 107.18$ 107.18$ 400.00$ 400.00$ 145.00$ 145.00$ 35.00$ 35.00$ 950.00$ 950.00$ 600.00$ 600.00$ Wet Checks - Test, Check Solenoids & Wiring, Unclog Nozzles, & Adjust Spray Patterns 20 Bi-weekly WeatherTRAK Controller System-wide Cell Phone Operation of All Zones 26 Week 132.80$ 3,452.80$ 200.00$ 5,200.00$ 126.00$ 3,276.00$ 300.00$ 7,800.00$ 320.00$ 8,320.00$ 350.00$ 9,100.00$ B - TOTAL 31,009.74$ B - TOTAL 36,128.00$ B - TOTAL 39,759.00$ B - TOTAL 44,325.00$ B - TOTAL 50,294.00$ B - TOTAL 64,118.00$ C.#3 Coronado Pkwy (Attachment A - Work Area 1f, sheet 4 ) Item Description Qty*UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Basic Grounds Maintenance 21 Pre-Service Cleaning - All Areas 52 Week 48.26$ 2,509.52$ 25.00$ 1,300.00$ 46.00$ 2,392.00$ 125.00$ 6,500.00$ 47.00$ 2,444.00$ 140.00$ 7,280.00$ 22 Weekly Edging-only - Medians 52 Week 264.98$ 13,778.96$ 84.00$ 4,368.00$ 63.00$ 3,276.00$ 65.00$ 3,380.00$ 141.00$ 7,332.00$ 100.00$ 5,200.00$ 23 Bi-weekly Mowing-only, (1) Commercial Mower Pass - side ROW's 26 Week 96.52$ 2,509.52$ 50.00$ 1,300.00$ 134.00$ 3,484.00$ 100.00$ 2,600.00$ 47.00$ 1,222.00$ 362.00$ 9,412.00$ General Trimming & Pruning - to maintain a tight appearance & curb setbacks 24 All areas completed once per month, minimum, and as needed throughout the month 12 Month 397.47$ 4,769.64$ 645.00$ 7,740.00$ 1,257.00$ 15,084.00$ 1,000.00$ 12,000.00$ 564.00$ 6,768.00$ 1,186.00$ 14,232.00$ 25 Weekly Post-service Cleaning - All Areas 52 Week 48.26$ 2,509.52$ 125.00$ 6,500.00$ 46.00$ 2,392.00$ 125.00$ 6,500.00$ 141.00$ 7,332.00$ 300.00$ 15,600.00$ Weeding - Hand & Chemical 26 Shrubs, Plants, Groundcovers: as-needed throughout the month to maintain a weed-free site 12 Each 96.52$ 1,158.24$ 600.00$ 7,200.00$ 767.00$ 9,204.00$ 155.00$ 1,860.00$ 376.00$ 4,512.00$ 400.00$ 4,800.00$ Pesticides - Contractor supplies chemicals & application 27 Turf, Groundcover, Shrubs, Trees: Insecticides, applied to all areas as-needed throughout the month 1 Each 107.18$ 107.18$ 800.00$ 800.00$ 124.00$ 124.00$ 35.00$ 35.00$ 750.00$ 750.00$ 400.00$ 400.00$ 28 Turf, Groundcover, Shrubs, Trees: Fungicides, applied to all areas as-needed throughout the month 1 Each 107.18$ 107.18$ 750.00$ 750.00$ 124.00$ 124.00$ 35.00$ 35.00$ 700.00$ 700.00$ 400.00$ 400.00$ 29 Turf, Groundcover, Shrubs, Trees: Herbicides, applied to all areas as-needed throughout the month 1 Each 107.18$ 107.18$ 600.00$ 600.00$ 124.00$ 124.00$ 35.00$ 35.00$ 950.00$ 950.00$ 400.00$ 400.00$ C - TOTAL 27,556.94$ C - TOTAL 30,558.00$ C - TOTAL 36,204.00$ C - TOTAL 32,945.00$ C - TOTAL 32,010.00$ C - TOTAL 57,724.00$ D.#4 Hunter Blvd (Attachment A - Work Area 1g, sheet 5 ) Item Description Qty*UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Basic Grounds Maintenance 30 Pre-Service Cleaning - All Areas 52 Week 48.26$ 2,509.52$ 25.00$ 1,300.00$ 46.00$ 2,392.00$ 125.00$ 6,500.00$ 47.00$ 2,444.00$ 178.00$ 9,256.00$ 31 Weekly Edging-only - Medians 52 Week 264.98$ 13,778.96$ 105.00$ 5,460.00$ 83.00$ 4,316.00$ 65.00$ 3,380.00$ 141.00$ 7,332.00$ 110.00$ 5,720.00$ 32 Bi-weekly Mowing-only, (1) Commercial Mower Pass - side ROW's 26 Week 96.52$ 2,509.52$ 90.00$ 2,340.00$ 41.00$ 1,066.00$ 100.00$ 2,600.00$ 47.00$ 1,222.00$ 234.00$ 6,084.00$ General Trimming & Pruning - to maintain a tight appearance & curb setbacks 33 All areas completed once per month, minimum, and as needed throughout the month 12 Month 397.47$ 4,769.64$ 900.00$ 10,800.00$ 1,682.00$ 20,184.00$ 1,000.00$ 12,000.00$ 658.00$ 7,896.00$ 1,000.00$ 12,000.00$ 34 Weekly Post-service Cleaning - All Areas 52 Week 48.26$ 2,509.52$ 75.00$ 3,900.00$ 46.00$ 2,392.00$ 125.00$ 6,500.00$ 141.00$ 7,332.00$ 275.00$ 14,300.00$ Weeding - Hand & Chemical VisualScape, Inc. Duval Landscape Maintenance, LLCMainscape, Inc. BID TABULATION 25-8356 GROUNDS MAINTENANCE GOLDEN GATE MSTU ALL LINES MUST BE BID * Quantities are approximate or nominal for bidding purposes. NOTE: BID LINE ITEMS THAT ARE MATERIALLY UN-BALANCED MAY BE DEEMED NON-RESPONSIVE. Regular Maintenance Services: Attachment A - Work Areas Superior Landscaping & Lawn Service Inc.Ground Zero Landscaping Services Inc. A&M Property Maintenance LLC 1/3 Page 742 of 3949 BID TABULATION 25-8356 GROUNDS MAINTENANCE GOLDEN GATE MSTU 35 Shrubs, Plants, Groundcovers: as-needed throughout the month to maintain a weed-free site 12 Each 96.52$ 1,158.24$ 600.00$ 7,200.00$ 643.00$ 7,716.00$ 155.00$ 1,860.00$ 376.00$ 4,512.00$ 400.00$ 4,800.00$ Pesticides - Contractor supplies chemicals & application 36 Turf, Groundcover, Shrubs, Trees: Insecticides, applied to all areas as-needed throughout the month 1 Each 107.18$ 107.18$ 800.00$ 800.00$ 198.00$ 198.00$ 35.00$ 35.00$ 750.00$ 750.00$ 350.00$ 350.00$ 37 Turf, Groundcover, Shrubs, Trees: Fungicides, applied to all areas as-needed throughout the month 1 Each 107.18$ 107.18$ 750.00$ 750.00$ 198.00$ 198.00$ 35.00$ 35.00$ 700.00$ 700.00$ 350.00$ 350.00$ 38 Turf, Groundcover, Shrubs, Trees: Herbicides, applied to all areas as-needed throughout the month 1 Each 107.18$ 107.18$ 600.00$ 600.00$ 198.00$ 198.00$ 35.00$ 35.00$ 950.00$ 950.00$ 350.00$ 350.00$ Wet Checks - Test, Check Solenoids & Wiring, Unclog Nozzles, & Adjust Spray Patterns 39 Bi-weekly WeatherTRAK Controller System-wide Cell Phone Operation of All Zones 26 Week 132.80$ 3,452.80$ 400.00$ 10,400.00$ 240.00$ 6,240.00$ 600.00$ 15,600.00$ 560.00$ 14,560.00$ 490.00$ 12,740.00$ D - TOTAL 31,009.74$ D - TOTAL 43,550.00$ D - TOTAL 44,900.00$ D - TOTAL 48,545.00$ D - TOTAL 47,698.00$ D - TOTAL 65,950.00$ A - D. REGULAR MAINTENANCE SERVICES BID-TOTAL 120,586.16$ 151,576.00$ 162,288.00$ 170,140.00$ 193,092.00$ 249,610.00$ E.Upon Direction of the MSTU Project Manager Item Description Qty*UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 40 Supervisor (per staff hour) 80 Hour 55.00$ 4,400.00$ 52.00$ 4,160.00$ 65.00$ 5,200.00$ 85.00$ 6,800.00$ 125.00$ 10,000.00$ 80.00$ 6,400.00$ 41 Laborer/Helper (per staff hour) 80 Hour 35.00$ 2,800.00$ 29.00$ 2,320.00$ 55.00$ 4,400.00$ 65.00$ 5,200.00$ 55.00$ 4,400.00$ 50.00$ 4,000.00$ 42 Irrigation Supervisor (per staff hour) 60 Hour 55.00$ 3,300.00$ 50.00$ 3,000.00$ 93.50$ 5,610.00$ 85.00$ 5,100.00$ 125.00$ 7,500.00$ 96.00$ 5,760.00$ 43 Irrigation Technician (per staff hour) 60 Hour 45.00$ 2,700.00$ 43.00$ 2,580.00$ 65.00$ 3,900.00$ 65.00$ 3,900.00$ 95.00$ 5,700.00$ 75.00$ 4,500.00$ 44 Small Project Services (per staff hour)60 Hour 35.00$ 2,100.00$ 150.00$ 9,000.00$ 55.00$ 3,300.00$ 85.00$ 5,100.00$ 65.00$ 3,900.00$ 55.00$ 3,300.00$ Item Description Qty*UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 45 8-0-12-180 Approx 130 bags total @ 50 lb/bag, 2 apps/year (65+65) - Application Price/Bag Turf, Groundcover, Shrubs, Trees 1 50 LB Bag 65.00$ 65.00$ 75.00$ 75.00$ 34.78$ 34.78$ 20.00$ 20.00$ 75.00$ 75.00$ 27.00$ 27.00$ 46 0-0-22 (So-Po-Mag) Approx 4 bags total @ 50 lb/bag, 2 apps/year (2+2) - Application Price/Bag Palms 1 50 LB Bag 65.00$ 65.00$ 75.00$ 75.00$ 28.46$ 28.46$ 20.00$ 20.00$ 75.00$ 75.00$ 24.00$ 24.00$ 47 Application Labor Only - Application Price/Bag Granular Fertilizer, Micronutrients - County Supplied 1 50 LB Bag 25.00$ 25.00$ 35.00$ 35.00$ 18.50$ 18.50$ 20.00$ 20.00$ 30.00$ 30.00$ 25.00$ 25.00$ 48 Application Labor & Materials - Drench Sequestrene Iron - Contractor supplied 1 LF 1.75$ 1.75$ 0.15$ 0.15$ 0.68$ 0.68$ 85.00$ 85.00$ 2.50$ 2.50$ 0.01$ 0.01$ 49 Application Labor & Materials - Spray 20-20-20 w/Ferromec AC 13-0-0 plus 6% Iron - Contractor supplied 1 SF 1.95$ 1.95$ 0.25$ 0.25$ 1.55$ 1.55$ 85.00$ 85.00$ 3.00$ 3.00$ 0.01$ 0.01$ Item Description Qty*UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 50 Lumec Lamps Spider Webs - Remove from lens face of fixture (Approx 15 ft height)1 Hour 55.00$ 55.00$ 50.00$ 50.00$ 65.00$ 65.00$ 50.00$ 50.00$ 150.00$ 150.00$ 55.00$ 55.00$ 51 Lumec Lamps Tree Limbs - Remove from lens face of fixture (Approx 15 ft height)1 Hour 55.00$ 55.00$ 65.00$ 65.00$ 65.00$ 65.00$ 50.00$ 50.00$ 150.00$ 150.00$ 55.00$ 55.00$ Item Description Qty*UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 52 Application labor-only rate, per 2 cubic ft bag (County-supplied Mulch) 1 Bag 6.00$ 6.00$ 15.00$ 15.00$ 3.16$ 3.16$ 3.00$ 3.00$ 3.70$ 3.70$ 5.50$ 5.50$ 53 Application labor & materials rate, per 2 cubic ft bag (Contractor-supplied Mulch) 1 Bag 12.00$ 12.00$ 25.00$ 25.00$ 6.33$ 6.33$ 6.00$ 6.00$ 8.00$ 8.00$ 2.75$ 2.75$ E. ADDITIONAL MAINTENANCE SERVICES BID-TOTAL 15,586.70$ 21,400.40$ 22,633.46$ 26,439.00$ 31,997.20$ 24,154.27$ F.Upon Direction of the MSTU Project Manager Item Description Qty*UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 54 Dwarf Jatropha 13 Each 25.00$ 325.00$ 25.00$ 325.00$ 25.00$ 325.00$ 50.00$ 650.00$ 70.00$ 910.00$ 28.00$ 364.00$ 55 East Palatka Holly 14 Each 25.00$ 350.00$ 20.00$ 280.00$ 25.00$ 350.00$ 50.00$ 700.00$ 150.00$ 2,100.00$ 39.00$ 546.00$ 56 Hong Kong Orchid 2 Each 25.00$ 50.00$ 100.00$ 200.00$ 30.00$ 60.00$ 50.00$ 100.00$ 150.00$ 300.00$ 39.00$ 78.00$ 57 Hopi Crape Myrtle 61 Each 25.00$ 1,525.00$ 90.00$ 5,490.00$ 30.00$ 1,830.00$ 30.00$ 1,830.00$ 150.00$ 9,150.00$ 45.00$ 2,745.00$ 58 Muskogee Crape Myrtle 10 Each 25.00$ 250.00$ 75.00$ 750.00$ 30.00$ 300.00$ 30.00$ 300.00$ 150.00$ 1,500.00$ 45.00$ 450.00$ 59 Natchex Crape Myrtle 2 Each 25.00$ 50.00$ 75.00$ 150.00$ 30.00$ 60.00$ 30.00$ 60.00$ 150.00$ 300.00$ 45.00$ 90.00$ 60 Pink Trumpet 6 Each 25.00$ 150.00$ 45.00$ 270.00$ 30.00$ 180.00$ 50.00$ 300.00$ 150.00$ 900.00$ 45.00$ 270.00$ 61 Silk Floss Trees 4 Each 25.00$ 100.00$ 250.00$ 1,000.00$ 30.00$ 120.00$ 50.00$ 200.00$ 150.00$ 600.00$ 35.00$ 140.00$ 62 Virginia Live Oak 104 Each 65.00$ 6,760.00$ 200.00$ 20,800.00$ 80.00$ 8,320.00$ 80.00$ 8,320.00$ 195.00$ 20,280.00$ 59.00$ 6,136.00$ Item Description Qty*UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 63 Alexander Palm 116 Each 25.00$ 2,900.00$ 25.00$ 2,900.00$ 30.00$ 3,480.00$ 30.00$ 3,480.00$ 55.00$ 6,380.00$ 22.00$ 2,552.00$ 64 Paurotis / Everglades Palm 16 Each 25.00$ 400.00$ 315.00$ 5,040.00$ 50.00$ 800.00$ 50.00$ 800.00$ 125.00$ 2,000.00$ 35.00$ 560.00$ 65 Foxtail Palm 2 Each 25.00$ 50.00$ 25.00$ 50.00$ 30.00$ 60.00$ 30.00$ 60.00$ 75.00$ 150.00$ 22.00$ 44.00$ 66 Sabal Palm / Cabbage Palm 116 Each 35.00$ 4,060.00$ 55.00$ 6,380.00$ 30.00$ 3,480.00$ 50.00$ 5,800.00$ 55.00$ 6,380.00$ 39.00$ 4,524.00$ 67 N/A 68 N/A Item Description Qty*UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 69 Staking Small Canopy/Ornamental Tree (2x2 posts and guy wire, 4"- 6" caliper)1 Each 170.00$ 170.00$ 150.00$ 150.00$ 60.00$ 60.00$ 100.00$ 100.00$ 200.00$ 200.00$ 210.00$ 210.00$ Additional Maintenance Services STRUCTURAL PRUNING - TREES (Canopy & Ornamental) April & September (Labor, Materials, Equipment, plus MOT as-needed) (Items 1 - 39) FERTILIZATION: Turf, Groundcover, Shrub, Tree, & Palm (Granular - County supplied / Liquid - Contractor supplied) LIGHT POLE CLEARING HOURLY RATES - SERVICE: (regular business hours**) (Items 40 - 53) MULCH APPLICATION (2 cubic foot bags) TREE & PALM STAKING & RESETING (Labor, Materials, Equipment, plus MOT as-needed) Alternate Services STRUCTURAL PRUNING - PALMS (Fronds, Seed Pods, & Boots) April & September (Labor, Materials, Equipment, plus MOT as-needed) 2/3 Page 743 of 3949 BID TABULATION 25-8356 GROUNDS MAINTENANCE GOLDEN GATE MSTU 70 Staking Large Canopy/Ornamental Tree (2x4 posts, greater than 6" caliper)1 Each 190.00$ 190.00$ 325.00$ 325.00$ 200.00$ 200.00$ 125.00$ 125.00$ 350.00$ 350.00$ 350.00$ 350.00$ 71 Staking Small Palm (2x2 posts and guy wire, 4"- 6" caliper)1 Each 170.00$ 170.00$ 150.00$ 150.00$ 120.00$ 120.00$ 60.00$ 60.00$ 200.00$ 200.00$ 210.00$ 210.00$ 72 Staking Large Palm (2x4 posts, greater than 6" caliper)1 Each 190.00$ 190.00$ 300.00$ 300.00$ 300.00$ 300.00$ 80.00$ 80.00$ 350.00$ 350.00$ 490.00$ 490.00$ 73 Restanding and Staking Small Canopy/Ornamental Tree 2x2 posts and guy wire, 4"- 6" caliper)1 Each 170.00$ 170.00$ 350.00$ 350.00$ 160.00$ 160.00$ 200.00$ 200.00$ 1,200.00$ 1,200.00$ 390.00$ 390.00$ 74 Restaking Large Canopy/Ornamental Tree (2x4 posts, greater than 6" caliper)1 Each 190.00$ 190.00$ 500.00$ 500.00$ 100.00$ 100.00$ 250.00$ 250.00$ 2,500.00$ 2,500.00$ 376.00$ 376.00$ 75 Restanding and Staking Small Palm (4"- 6" Caliper) 1 Each 170.00$ 170.00$ 350.00$ 350.00$ 160.00$ 160.00$ 200.00$ 200.00$ 1,200.00$ 1,200.00$ 290.00$ 290.00$ 76 Restanding and Staking Large Palm (Caliper greater than 6")1 Each 190.00$ 190.00$ 500.00$ 500.00$ 360.00$ 360.00$ 250.00$ 250.00$ 2,000.00$ 2,000.00$ 560.00$ 560.00$ Item Description Qty*UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 77 Bobcat / Skid Loader 80 Each 180.00$ 14,400.00$ 55.00$ 4,400.00$ 120.00$ 9,600.00$ 200.00$ 16,000.00$ 150.00$ 12,000.00$ 400.00$ 32,000.00$ 78 Bucket / Lift Truck 80 Each 180.00$ 14,400.00$ 85.00$ 6,800.00$ 150.00$ 12,000.00$ 100.00$ 8,000.00$ 250.00$ 20,000.00$ 300.00$ 24,000.00$ 79 Mini Excavator 60 Each 175.00$ 10,500.00$ 65.00$ 3,900.00$ 120.00$ 7,200.00$ 200.00$ 12,000.00$ 150.00$ 9,000.00$ 300.00$ 18,000.00$ 80 Stump Grinder 60 Each 175.00$ 10,500.00$ 45.00$ 2,700.00$ 120.00$ 7,200.00$ 100.00$ 6,000.00$ 125.00$ 7,500.00$ 350.00$ 21,000.00$ 81 Truck, Class B or higher 80 Each 175.00$ 14,000.00$ 50.00$ 4,000.00$ 150.00$ 12,000.00$ 100.00$ 8,000.00$ 140.00$ 11,200.00$ 350.00$ 28,000.00$ 82 Water Truck 60 Each 150.00$ 9,000.00$ 75.00$ 4,500.00$ 150.00$ 9,000.00$ 150.00$ 9,000.00$ 170.00$ 10,200.00$ 299.00$ 17,940.00$ F. ALTERNATE SERVICES BID-TOTAL 91,210.00$ 72,560.00$ 77,825.00$ 82,865.00$ 128,850.00$ 162,315.00$ 227,382.86$ 245,536.40$ 262,746.46$ 279,444.00$ 353,939.20$ 436,079.27$ REQUIRED FORMS AND DOCUMENTS Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes Yes*Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes N/A Yes Insurance Requirements Yes Yes Yes Yes Yes Yes Business Tax Receipt Yes Yes Yes Yes N/A Yes Yes Yes Yes Yes Yes*Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes*Yes Yes Yes Yes Yes Yes Yes Yes Yes*Yes*Yes Yes Yes*Yes* Equipment List Yes*Yes Yes*Yes Yes*Yes* Yes Yes Yes Yes Yes Yes Yes Yes Yes*Yes Yes Yes Bid Opened By: Dania Guerrero * Minor Irregularity Witnessed By: Barbara Lance Date: 3/18/25 ** Hourly Rates outside of regular business hours shall be billed at 1.5 x Regular hourly rates. ("Time and a Half") EQUIPMENT WITH OPERATOR RATES (Labor, Materials, Equipment, plus MOT as-needed) (Items 54 - 82) TOTAL BID (Items 1 - 82) Certifications: Fertilizer, Pest Control, ID Cards, MOT (Intermediate Level Certificate), Green or Best Mgmt,Arborist, Irrigation, Pesticide/Fungicide/ Herbicide Vendor W-9 References Licenses: Commercial Landscape, Irrigation License or State Certification Form 3: Immigration Affidavit Certification Form 4: Vendor Submittal – Local Vendor Preference Affidavit Addendum (2) E-Verify Sunbiz Page MATERIALS MARK-UP FIXED PERCENTAGE IS 15% (Percentage is the mark-up on non-bid line items. Tax is not marked-up. Receipts are required with the invoice. ) * Quantities are approximate or nominal for bidding purposes, and subject to change upon direction of the MSTU Project Manager. Bid Schedule Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Affidavit 3/3 Page 744 of 3949 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR GOLDEN GATE MSTU GROUNDS MAINTENANCE SOLICITATION NO.: 25-8356 MATTHEW WEBSTER, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8491 Matthew.Webster@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Bidder may be grounds for rejection of the bid, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 745 of 3949 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 25-8356 PROJECT TITLE: GOLDEN GATE MSTU GROUNDS MAINTENANCE PRE- BID MEETING: February 26th, 2025 at 10:00 AM EST LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: March 18th, 2025 at 3:00 PM EST PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl INTRODUCTION As requested by the Public Transit & Neighborhood Enhancement (PTNE) Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, the Golden Gate Municipal Service Taxing Unit (“MSTU”) has spent approximately $160,000.00 per fiscal year; however, this may not indicate future buying patterns BACKGROUND Golden Gate MSTU Grounds Maintenance pertains to existing plants, shrubs, trees and palms, installation of new landscaping, and the repair and replacement of items damaged or destroyed; as well as irrigation system maintenance, plus irrigation controller operation utilizing cell phone access. The overall service locations are identified in Attachment A, “Work Areas” and corresponding maintenance pricing in the “Bid Schedule” provided. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for (3) three years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. Page 746 of 3949 AWARD CRITERIA ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation.  It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County.  For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below:  Lowest Total Bid Amount  Collier County reserves the right to select one, or more than one supplier, award on a line-item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to:  Identify Primary and Secondary Awardees o If the Primary Vendor is not available, the Division Representative or designee will solicit services from the Secondary Vendor. While the Division intends to use the Primary and Secondary Vendors for the services outlined in this Scope of Work, the County reserves the right to seek services outside of the contract if the primary and secondary are unable to perform or if pricing seems unreasonable (per the County’s Procurement Ordinance).  The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK The following Scope of Services detail is for work performed by the prospective Contractor to enter into an agreement with Collier County, principally on the specified roadways within the boundaries of the Golden Gate MSTU. The responsibility to discern the Scope of Service detailed in this specification shall rest solely with the Contractor. Failure of the Contractor to accurately assess the Scope shall not relieve any of the responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional compensation. All unit prices shall include labor, supervision, equipment, tools, materials, disposal, and Maintenance of Traffic (MOT) to perform the work related to the line items. All sections of the Scope of Services may not apply to all work areas listed. The Bid Schedule quantities and frequencies are approximate for bidding purposes and may be modified as needed at the direction of the Golden Gate MSTU Project Manager. Additional services listed on the Bid Schedule may be requested separately from the awarded Contractor by the Golden Gate MSTU Project Manager using the pricing on the Bid Schedule. 1. SCOPE OF SERVICE Grounds maintenance services shall be provided as detailed herein and in Attachments A thru D:  Attachment A – Work Areas  Attachment B – Bid Schedule  Attachment C – Plant Maintenance  Attachment D – Service Report The Contractor shall provide all labor, tools, equipment, materials, and processes necessary to perform the work described hereunder to maintain the quality and health of the plant materials and the public’s safety. All costs for debris & waste disposal and Maintenance of Traffic (MOT) shall be included in Bid Schedule pricing. 2. LICENSES / CERTIFICATIONS / DOCUMENTATION The Contractor shall have valid insurance, licenses, and certifications as required by statute, law, and administrative rules during the contract term, renewals, and extensions. The Contractor is responsible for emailing the County’s Contract Administration Specialist and the County’s Division Project Manager within 24-hours of receiving a renewal or extension request. The documentation below must be submitted with the bid or before the Notice of Recommended Award (NORA). Page 747 of 3949 The Contractor shall maintain the following licenses and certifications throughout the term of the agreement 2.1. Licenses 2.1.1. Commercial Landscape; Landscape; Landscape Restricted. 2.1.2. Irrigation License or State Certification, plus a minimum of three (3) years wet check and intermediate repair experience. 2.2. Certifications 2.2.1. Fertilizer - Limited Urban Commercial Fertilizer Applicator State Certification, Chapter 482.1562, F.S. 2.2.2. Pest Control - Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S. 2.2.3. Employee - Identification Cards for non-certified employees. –or – 2.2.4. Subcontractor - List of employee names and issued ID card numbers that will perform pest control for the Subcontracted licensed company. Each ID cardholder must be an employee of the licensed company and work under the direct supervision of the certified operator in charge. Chapter 482.091 F.S. 2.2.5. Maintenance of Traffic (MOT), Intermediate Level Certificate with three (3) years of experience. 2.2.6. Green Industries and/or Best Management Practices Certificate under Chapter 482.1562, F.S. (or, certificate must be obtained within six (6) months from contract execution). 2.2.7. Arborist Services 2.2.8. Irrigation Services 2.2.9. Pesticide, Fungicide, and Herbicide Applications 2.3. Additional Requirements: 2.3.1. Equipment List: Provide a list of all company-owned and leased equipment for this contract. 2.3.2. References:  The County requests that the Contractor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients within the last three (3) years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope, and complexity to this project using Form 5 provided in BidSync as part of the Required Forms. Contractor may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. 3. LOCATION & DESCRIPTION OF WORK AREAS The areas of work included in these specifications are located as described below and/or as shown in Attachment A of these specifications to include landscaping irrigation and observation as described below. 3.1. SUNSHINE BLVD (WORK AREAS 1B & 1D) This work area consists of Sunshine Blvd between Golden Gate Pkwy and Green Blvd, plus two improved medians located as described below. 3.1.1. Sheet No. 1 – 1d Improved Median on 18th Ave SW @ 40th Ter SW. 3.1.2. Sheet No. 2 –  Medians #1, #2, #3, #4, #5, #6.  Segments #7, #8.  Improved Median on 18th Plc SW @ Sunset Rd.  Irrigation Controller, Pump Station, & Electrical Shutoff located on Median #3.  FPL meter located in alley behind 2001 Sunshine Blvd.  1b - Improved Median on 18th Pl SW @ Sunset Rd. 3.2. TROPICANA BLVD (WORK AREAS 1C & 1E) This work area consists of Tropicana Blvd between Golden Gate Pkwy and 32nd Ave SE, as described below. 3.2.1. Sheet No. 3 –  Medians #1, #2, #3, #4, #5, #6.  Pedestrian Shelter on Tropicana Blvd @ 31st Ave SW.  Pedestrian Shelter on 28th Ave SW @ Tropicana Blvd.  Irrigation Controller, Pump Station, & Electrical Shutoff located on Median #4.  FPL Meter located in alley behind 2841 Tropicana Blvd. 3.3. CORONADO PKWY (WORK AREA 1F) This work area consists of Coronado Pkwy between Golden Gate Pkwy and Santa Barbara Blvd, as described below. Page 748 of 3949 3.3.1. Sheet No. 4 –  Medians #1, #2, #3, #4, #5, #6, #7, #8, #9, #10, #11, #12, #13, #14.  Irrigation Controller, Pump Station, & Electrical Shutoff, located on Hunter Blvd, Median #5.  (controls Irrigation on both Bunter Blvd & Coronado Pkwy) 3.4. HUNTER BLVD (WORK AREA 1G) This work area consists of Hunter Blvd between Coronado Pkwy and Santa Barbara Blvd, as described below. 3.4.1. Sheet No. 5 –  Medians #1, #2, #3, #4, #5, #6, #7, #8, #9, #10, #11, #12.  Irrigation Controller, Pump Station, & Electrical Shutoff located on Median #5. (controls Irrigation on both Bunter Blvd & Coronado Pkwy)  FPL Meter located in alley behind 2243 Hunter Blvd. 4. ROUTINE GROUNDS MAINTENANCE FOR WORK AREAS - (Weekly, Bi-weekly, Monthly, as Specified) Weekly Landscape Service in the designated MSTU Work Area(s) as described below shall include trash removing, mowing, edging, weeding, general trimming & pruning, post-service cleaning, plus inspecting and reporting. 4.1. Pre-Service Cleaning 4.1.1. At the start of each landscaping service day, the Contractor shall remove and dispose of all trash and debris from the work area and right-of-way, and prior to mowing. 4.1.2. This shall include but is not limited to, horticultural and non-horticultural debris, palm fronds, palm pups/boots, tree branches and limbs, loose shrubbery, leaves, rocks, paper, bottles, cans, cigarette butts, and other miscellaneous objects on the ground or attached in the work area and the associated right-of-way (ROW). 4.1.3. The Contractor shall dispose of trash and debris at a proper landfill or disposal site. 4.2. Mowing & Edging Mowing 4.2.1. Mowing shall be performed in specified MSTU Work Areas, including medians, along the outside edge of the sidewalks of adjacent properties, which the property owners do not currently maintain. 4.2.2. Right-of-way mowing of turf and applicable vegetation is required from the back of the pavement, curb, or sidewalk to the right-of-way line. 4.2.3. Turf and ground cover shall be cut to a height of no less than three and one-half inches (3½”), and the height of the grass blade shall not exceed six inches (6”). 4.2.4. All turf shall be mowed with mulching-type mower equipment to eliminate the need to bag and transport grass clippings. Should bagging be necessary, bagged clippings shall be collected and removed at no additional cost to the MSTU. All equipment guards and deflectors are to be installed and functional. 4.2.5. The Contractor shall use appropriate mowing practices, alternate patterns, or walk-behind equipment within narrow or water-soaked areas to not create wheel ruts or wear down the turf. 4.2.6. Ruts caused by mowers shall be repaired at no additional cost to the MSTU. 4.2.7. Contractor shall avoid mowing patterns that eject clippings, rocks, or any miscellaneous debris onto pedestrians and vehicles or into moving traffic. Edging 4.2.8. Mechanical edging of turf boundaries shall be performed with each mowing to establish a clean line of demarcation and eliminate grass-root runners. 4.2.9. Edged areas shall include parking lots, sidewalk edges, back of curbs, plant beds, utility service boxes, street light bases, signposts, headwalls, guardrails, timer pedestals, posts, and trees; as well as around isolated trees, sprinkler heads, valve boxes, shrubs, signposts, and manholes, etc. where they exist. 4.2.10. Metal blade edging is not permitted along plant bed and turf boundaries where underground irrigation components are present. 4.2.11. Chemical herbicides shall not be used for edging. 4.3. General Weeding – Hand & Chemical 4.3.1. Weeding shall be performed weekly to provide a continuously weed-free and well-maintained appearance, removing undesired and invasive vegetation on the ground (including suckers and palm pups). 4.3.2. Areas to be weeded include plant beds, mulched spaces, rocks, sidewalks (concrete, paver, asphalt, etc.), concrete medians, curb joints, utility bases, access boxes, guardrail bases, tree grates, etc. 4.3.3. Weeds that are less than 3 inches from plantings shall be hand-pulled. 4.3.4. Contractor shall have the option to use a chemical weed-killer or pre-emergent upon approval by the MSTU Project Page 749 of 3949 Manager of both the location and product to be used. 4.3.5. Any plants damaged or killed by the application of chemical weed-killer or pre-emergent shall be replaced at the Contractor’s expense within 72 hours. 4.3.6. Should a concern be identified regarding chemical weeding, the MSTU Project Manager may direct that hand- weeding be performed. 4.4. General Site Trimming & Pruning 4.4.1. General Site Trimming & Pruning shall be defined as cutting all vegetation below a height of ten feet (10’) to provide a tight, well-maintained appearance in all work areas throughout each month of the year. This includes groundcovers, shrubs, trees, and palms. 4.4.2. Within this specification, groundcovers, and shrubs are “trimmed,” while palms and trees are “pruned.” 4.4.3. See Attachment C, “Plant Maintenance” (Plant Specific Maintenance), with guidelines for various foliage within the MSTU area. 4.4.4. Both trimming and pruning shall meet ANSI standards and include the removal of all diseased or dead vegetation, old leaf growth, broken branches, and suckers at tree bases. 4.4.5. Groundcovers & Shrubs - shall be trimmed:  At regular intervals, generally monthly, except to allow for flowering.  With heights and shapes alternating by plant variety, or as determined by the MSTU Project Manager.  To an angled or rounded shape so as not to encroach over curbs or into roadways and pathways.  In a consistent manner for each plant variety to give the appearance of continuity throughout the landscape, adjusted as needed for local topography.  To maintain one foot (1’) of clearance from the edge of pavement, curbs, sidewalks, roadways, pathways, etc. 4.4.6. Ornamental Grasses - shall be trimmed:  After flowering, during the first two weeks of October and April.  At the base to remove old growth.  To provide a cone shape without a flat top. 4.4.7. Hedges (Clusia, Podocarpus) in the ROW - shall be trimmed:  To maintain a height of up to nine (9) feet.  To maintain a flat top and flat vertical side toward the roadway.  To trim to either a flat front side only, or both front and back flat sides.  To not extend over an adjacent sidewalk or roadway. 4.4.8. Trees and Palms - shall be pruned:  As-needed to maintain a minimum ten-foot (10’) canopy height over sidewalks and pedestrian pathways.  Trees - To clean out dead & diseased limbs, suckers, etc.  Palms – to clean out dead & diseased fronds, seed pods, boots, etc.  As-needed to maintain a minimum ten-foot (10’) canopy height over sidewalks and pedestrian pathways. (See: Bid Schedule)  On a semi-annual basis, or as directed by the MSTU Project Manager, structural Tree & Palm pruning shall be performed. (See: sections 8.4, 8.5, and 8.6 below, under Additional Services for Work Areas) 4.4.9. Other  To maintain line-of-sight visibility, the vegetation of any kind within turn lanes, at median ends. Along intersections, roadsides shall be trimmed or pruned to eighteen inches (18”) height by October 1st of each year and subsequently maintained to no more than twenty-four inches (24”), per FDOT Indexes.  General site trimming & pruning shall be performed in each MSTU Work Area within all MSTU Work Areas at least once per month, unit prices including disposal costs.  The frequency of trimming or pruning may be adjusted under the direction of the MSTU Project Manager. 4.5. Post-Service Cleaning & Inspection 4.5.1. Cleaning:  On the same day as the weekly landscape service and before departing the MSTU, the entire work area shall be cleaned to maintain a neat and safe condition.  This includes removing any accumulation of debris or anything generated from the maintenance performed.  All hard surfaces shall be blown down, including the four-foot (4’) area from the face of pavement, sidewalks, gutters, and curbs, turn lanes, medians, adjacent parking lots, and athletic courts.  Blow-down shall be directed toward the existing landscape median or grass.  Grass clippings or other debris shall not be blown onto adjacent private property, accumulated on the right-of- way, paved areas, or blown into traffic or roadways. 4.5.2. Inspection:  The Contractor shall inspect all plant, shrub, tree, and grass areas in the MSTU during each week’s service and upon completion of post-service cleaning.  The Contractor shall promptly notify the MSTU Project Manager of any disease infestation, insect Page 750 of 3949 infestation, mold infestation, or blight condition.  The Contractor shall promptly notify the MSTU Project Manager of any irrigation issues, maintenance problems, additional necessary maintenance, or unusual occurrence or finding.  A field report of maintenance services performed (Attachment D, “Service Report”) shall be required upon direction by the MSTU Project Manager, whereupon it shall be filled in by the Contractor and submitted by email to the MSTU Project Manager not later than the third business day after the last scheduled service day of each month.  The MSTU Project Manager shall have the option to require a weekly submission, which shall be due not later than the third business day after the last scheduled service day of the preceding maintenance week.  Reports shall be written in English and Attachment D is subject to revision by the MSTU Project Manager.  The Contractor shall be available for on-site inspection within the MSTU area to verify work completed or to review open issues at the MSTU Project Manager’s request. 5. PESTICIDES 5.1. Monthly Service 5.1.1. Pesticide application is a monthly Fixed Price item on the contract Bid Schedule.  Not a monthly retainer and invoiced only as utilized.  “As Needed” pertains to the entire period throughout each contract month, during which multiple pesticide applications (including repeat applications to the same areas) may be required to provide a continuously weed-free and well-maintained appearance.  Colored marker shall be added to applied chemicals at the direction of the MSTU Project Manager.  Records of application shall be submitted at the direction of the MSTU Project Manager. 5.1.2. Inclusive of all chemicals (liquid, granular, or otherwise), equipment, and labor. 5.1.3. Performed in conjunction with the requirements described in section 4.3, General Weeding. 5.2. General Schedule Trees, Shrubs, Groundcovers, Turf Chemical General Insecticide As Needed Fungicide As Needed Beds Chemical General Pre-emergent Post-emergent Herbicide As Needed Feb Sep Nov Jan Mar Turf Chemical General Pre-emergent Post-emergent Herbicide As Needed Feb Sep Nov Jan Mar  Pre-emergent and post-emergent pertain to seasonal applications in the specified months, per the Time Frames in section 5.2. 5.3 Application 5.3.1 Spraying of trees, shrubs, plants, and turf is to be performed by the Contractor, who must be certified to apply the chemicals (pesticides) used. 5.3.2 If the primary Contractor is not certified, a certified Subcontractor may be hired upon approval by the MSTU Project Manager and at no additional cost to the MSTU. 5.3.3 Every insecticide, fungicide, and herbicide chemical to be applied shall be approved by the Environmental Protection Agency for its intended use and manner of application. 5.3.4 The application rate shall conform to the specifications on the manufacturer’s labels. 5.3.5 Applications shall be performed when the plant material is dry. 5.3.6 Special applications may be performed upon prior approval of the MSTU Project Manager. 5.4 Records 5.4.1 Records must be kept of all chemical (pesticide) applications, including:  Name of the person performing the application. Page 751 of 3949  Trade name & manufacturer.  Date & time of application.  Weather conditions. 6 IRRIGATION SERVICES The landscape Contractor shall maintain the MSTU-installed irrigation systems for proper Electrical, Mechanical, and Spray functions. 6.1. Irrigation Controllers – One (1) type of irrigation controller is in use: 6.1.1. WeatherTRAK from HydroPoint –  Zone Control Cabinet – Golden Gate Blvd, inbound ROW from Pine Ridge Road.  Pump Start Cabinet – N/A. IMPORTANT: Contractor shall perform operational testing (Wet Checks) utilizing cell phone access to the WeatherTRAK controller(s) to conduct irrigation Wet-Checks, initiated by zone, to evaluate & clear controller faults (Alerts), and evaluate corresponding HydroPoint irrigation reports. 6.2. Scheduled Irrigation Cycles – 6.2.1. The Contractor shall update and coordinate the watering schedules with the MSTU Project Manager as required for monitoring purposes and make recommendations to the MSTU Project Manager as conditions warrant. 6.2.2. All irrigation change requests shall be confirmed via e-mail. 6.3. Wet Check & Inspection Tasks – 6.3.1. Operationally test & perform minor repairs to all MSTU irrigation systems to enable proper and safe operation. 6.3.2. Each and all spray heads and bubbler heads shall be visually inspected for proper flow and spray pattern. 6.3.3. Operationally test the entire WeatherTRAK system, electrical & mechanical. 6.3.4. Operationally test both Hunter Control Cabinet systems, electrical & mechanical. 6.3.5. Visually evaluate all areas irrigated under Hunter Hockey Puck control for signs of water stress. 6.3.6. Replace all Hockey Puck controller batteries as needed, or every 6 months at a minimum. 6.3.7. Perform minor repairs: including replacement of heads, nozzles, decoders, installation or replacement of risers, repair of minor/lateral PVC piping breaks or subsurface piping or restricted sprinkler lines, and replacement of damaged valve boxes/lids, etc. 6.3.8. Promptly report any irrigation issues beyond the scope of the weekly service to the MSTU Project Manager. 6.3.9. Visually inspect all irrigation system(s) to check for:  Dry areas.  Wet areas, outside of scheduled irrigation (sidewalks, curbs, roadways, etc.).  Flooded areas.  Cuts.  Leaks.  Pipe damage.  Damaged or deteriorated valve boxes. 6.3.10. Operationally test the irrigation system(s) to verify that source water is available and accessible:  Pumps are operating.  Control enclosures are intact, and controllers are powered and responding to inputs.  Controller-activated zone control, zone sequencing, and zone durations are operational.  Rain sensors are intact and functioning.  Valves are opened and closed to confirm proper function - by cell phone for WeatherTRAK; otherwise manually at either the control cabinet or at the valve box if cell phone access is not available.  Spray patterns deliver complete water coverage while avoiding overspray.  Water meters are registering flow and, at the direction of the MSTU Project Manager, water consumption readings are recorded. 6.3.11. Valve boxes shall be kept fully accessible and clear of debris inside, with lids fully closed when not being serviced. 6.3.12. Valve assemblies shall be inspected, with sprinkler heads, nozzles, and screens cleared and adjusted as needed. 6.3.13. Only matched precipitation head replacements shall be installed. 6.3.14. Only County-approved replacement parts may be used. 6.3.15. All irrigation parts shall be supplied by Collier County under a separate annual contract. The landscape Contractor must arrange for pickup or delivery. 6.3.16. Major repairs are not included in the weekly irrigation service. These include repairs to valves, controllers, electrical wiring, and main lines. Prior to proceeding, the MSTU Project Manager’s approval is required to evaluate major repairs and the repairs may be quoted separately. 6.3.17. The MSTU Project Manager shall be notified for pre-approval of all defective or non-operational controllers, prior to beginning any repairs. Page 752 of 3949 6.4. Standard Irrigation Repairs – 6.4.1. Small-scale routine maintenance tasks are typically performed multiple times per year. 6.4.2. A standalone quote shall be submitted by the Contractor for review and acceptance by the MSTU Project Manager, prior to commencement of work. 6.4.3. Actual hours are to be invoiced and additional pre-approval by the MSTU Project Manager shall be obtained if the actual hours are expected to exceed the number quoted. 6.4.4. Parts are paid under a separate County contract. 7. ADDITIONAL SERVICES FOR WORK AREAS 7.1. Hourly Rates - Service 7.1.1. Rates listed are all-inclusive and quoted upon request from the MSTU Project Manager. 7.1.2. Work is performed on an Hourly basis and shall be pre-approved by the MSTU Project Manager. 7.1.3. Categories:  Supervisor  Laborer/Helper  Irrigation Supervisor  Irrigation Technician 7.1.4. See the contract Bid Schedule for rates outside of regular business hours. 7.2. Fertilizer Application 7.2.1. Fertilizer shall be applied twice a year, in the months of October-November and April-May, outside of the rainy season. 7.2.2. Fertilizer blends, unit volumes/weights, and unit Application prices are listed in the Bid Schedule and different blends of similar unit volumes/weights may be specified by the MSTU Project Manager. 7.2.3. Slow-release formulations shall be used when available. 7.2.4. Fertilizer shall be broadcast throughout the designated medians, planting beds, and turf areas. 7.2.5. Tree bases and pit areas shall be fertilized evenly so as not to produce a fertilizer ring. 7.2.6. Shrubs and groundcovers shall have the fertilizer blown or fan raked off the foliage following the broadcast application. 7.2.7. Fertilizer shall be removed from curbs, sidewalks, and any surfaces where staining may occur. 7.2.8. Fertilizer shall be “irrigated-in” at the time of application by the Contractor, unless otherwise directed by the MSTU Project Manager. 7.2.9. Additional applications may be requested by the MSTU Project Manager. 7.3. Structural Pruning 7.3.1. Within this specification, the term “canopy’ shall be defined as any tree, palm, or large shrub with foliage at a height of ten feet (10’) and above. 7.3.2. All canopy trees and palms shall be pruned (lifted) on a regular schedule to create and maintain a ten-foot (10’) canopy clearance over pathways and a fifteen-foot (15’) canopy clearance over roadways. 7.3.3. The portion of the canopy situated below ten feet (10’) shall be maintained monthly, as described in the General Trimming and Pruning section of this specification. 7.3.4. Work shall be performed in a professional manner in accordance with accepted trade standards and practices. 7.3.5. Understory plantings shall be protected during pruning. 7.3.6. Pruning shall be accomplished using a pole saw, ladder, boom truck, or lift. 7.3.7. Pruning shall not be accomplished by climbing. 7.3.8. All debris from the pruning shall be removed and the site shall be left in a clean and neat condition. 7.3.9. At the direction of the MSTU Project Manager, structural pruning and tree & palm removal services may be supplied under a separate county contract. 7.4. Structural Pruning – Canopy Trees 7.4.1. Shall be selectively pruned with guidance from a professional Certified Arborist provided by the Contractor at no additional cost to the county. 7.4.2. All inclusive of labor, equipment, watering, materials, and incidentals to complete the work. 7.4.3. Up to two (2) times per year (minimum 1) to maintain clearance. 7.4.4. Up to two (2) times per year for structural pruning. 7.4.5. To thin cross-branching and shape the trees. 7.4.6. Any damaged materials or incorrect pruning shall result in the replacement of that material at Contractor’s expense. 7.5. Structural Pruning – Palms Page 753 of 3949 7.5.1. Shall be selectively pruned with the guidance of a professional Certified Arborist provided by the Contractor at no additional cost to the county. 7.5.2. All inclusive of labor, equipment, watering, materials, and incidentals to complete the work. 7.5.3. Up to four (4) times per year (Royal & Queen palms once) to maintain a neat and clean appearance. 7.5.4. To remove all nuts, seed pods, seed stalks, and boots. 7.5.5. To remove dead lower fronds while leaving live healthy fronds intact. 7.5.6. With fronds cut close to the petiole base without damaging living trunk tissue. 7.5.7. If live fronds need to be removed, including below the nine (9) o’clock - three (3) o’clock level from the base of the palm’s bud or trunk, prior approval shall be obtained from the MSTU Project Manager. 7.5.8. Shall include palms classified as “self-pruning” at the direction of the MSTU Project Manager. 7.6. Hedge Pruning (Clusia, Podocarpus) 7.6.1. One-sided or two-sided. 7.6.2. Prune the top of the hedge, six feet (6’) up to nine feet (9'). 7.6.3. Maintain a flat top and flat vertical side(s). 7.6.4. Not to extend over an adjacent sidewalk or roadway. 7.7. Light Pole Clearing 7.7.1. Spider Webs - Remove from the lens face of Lumec fixtures (Approx 15 ft height). 7.7.2. Small Tree Limbs - Remove from lens face of Lumec fixtures (Approx 15 ft height). 7.8. Mulch Application 7.8.1. Mulch and Application, both, may be supplied by the Contractor at the Bid Schedule rate upon direction by the MSTU Project Manager. 7.8.2. Mulch Application, only, may be supplied by the Contractor at the Bid Schedule rate upon direction by the MSTU Project Manager; with Mulch supplied separately by Collier County under a separate annual contract at the time of application with delivery coordinated by the receiving grounds maintenance Contractor. 7.8.3. The timetable for installing mulch shall be on an as-needed basis, upon direction by the MSTU Project Manager. 7.8.4. All designated plant beds shall be mulched by covering all unplanted areas in the bed. 7.8.5. The areas to receive mulch shall be raked to establish a level base. 7.8.6. Areas to receive an initial application of mulch shall have mulch evenly distributed to provide a three-inch (3") non-compacted or unsettled depth, measured from the base. 7.8.7. Areas to be re-mulched shall have mulch evenly distributed to provide a two-inch (2") non-compacted or unsettled depth, measured from the base. 7.8.8. Mulch shall be kept 2” to 3” away from soft ornamental plant stems, such as Lilies, to help prevent fungus. 7.8.9. Mulch shall not be placed over valves or valve boxes that are located within mulched areas. 7.8.10. All adjacent areas not mulched (curbs, sidewalks, roadways, etc.) shall be cleared of any mulch or foreign debris. 7.8.11. Upon completion of mulching, all excess material, pallets, packaging, bags, and foreign debris shall be collected and disposed of by the Contractor, leaving the overall landscape in a neat and orderly condition. 7.8.12. At the direction by the MSTU Project Manager Mulch and Application, both, may be supplied by under a separate county contract 7.9. Special Services 7.9.1. Small Project Maintenance  Maintenance services may be requested for any small project within the capabilities of the Contractor or Subcontractor, as needed by the MSTU or Division within the MSTU boundary.  Services requested may include but are not be limited to miscellaneous debris removal, street & decorative lamp post/sign removal-repairs-installation, traffic sign post-sign removal-repairs-installation, minor fence repair, bench and trash receptacle removal assembly and installation, removal of miscellaneous objects or equipment and repair/replacement/ reinstallation, painting, paver repairs, removal of bees, dead animals from grounds, removal of graffiti from walls, walkways or other surfaces, assist with clean up following hurricanes, storms or emergency situations, removal of streetlight poles damaged by accidents, installation of landscape rocks, cleaning of landscape rocks, removal of chewing gum on sidewalks, assemble and/or install hardscapes, minor plumbing maintenance/repair, excessive trash pick-up, set timers for lights and irrigation systems, pressure cleaning additional areas and any other small projects as requested or needed. Quotes using Bid Schedule pricing are to be submitted to the MSTU Project Manager for approval prior to any work commencing. 7.10. Tree and Palm Maintenance Services (Staking / Re-standing) 7.10.1. The removal of existing trees and palm staking shall be the Contractor’s responsibility. 7.10.2. Staking Materials for trees or palms may include 2”x4”, 4”x4”, lodge poles, and/or guy wire. 7.10.3. The 2”x4” and 4”x4” should have a footer stabilized. Adjustable “Duckbill” style stabilizers may be supplied separately for installation by the Contractor. Page 754 of 3949 8. MAINTENANCE OF TRAFFIC (MOT) 8.1. The Contractor shall verify the current MOT certification and comply with the requirements of Collier County’s MOT Policy. 8.2. The Contractor shall utilize adequate barricades, warning devices, and the necessary safety equipment according to the Collier County ROW Ordinance. 8.3. Flagmen are required when two-way traffic is obstructed. 8.4. Blocking of a public ROW or street, except under extreme emergency conditions, shall not be permitted without prior approval of the MSTU Project Manager and arrangements made with agencies having jurisdiction over the street to be closed. 8.5. For safe worker visibility, approved bright day-glow red/yellow/orange colored safety vests (Class 3) shall be worn by employees when servicing the area. 9. PRICE MODIFICATIONS 9.1. Any requested adjustment shall be fully documented and submitted to the County no less than thirty (30) days prior to the annual contract anniversary date based on the percent change (up or down) of the Consumer Price Index (CPI) or Producer Price Index (PPI). Retroactive price adjustments are not authorized. All requests must be submitted in writing by email to the County’s Contract Administrator . 9.2. Any approved cost adjustments shall become effective as of the anniversary date or upon Procurement Director/Board approval. 9.2.1. Contractor shall provide supporting documentation justifying price increases (examples: Contractor’s material agreements, distributor invoices, proof of fuel increases, etc.). 9.2.2. County Representative or designee shall analyze prices to determine if increases are fair and reasonable using the following methods: price competition (reviewing competitive bids or offers), market prices, historical prices, or independent estimates. 9.2.3. Contractor shall continue to fill all purchase orders received at the current agreement prices during the review process. 9.2.4. The Procurement Director has the authority to approve price adjustments in accordance with the Procurement Ordinance, as amended. If approved, the bid tabulation shall be modified with the price increases and approved via an amendment to the approved agreement. 9.2.5. Price increase requests are not guaranteed. If approved, the Procurement Director or designee will notify the Contractor in writing with the effective date of any approved price increases. 9.3. The County may, after examination, refuse to accept the adjusted costs if they are not properly documented, considered excessive, or if decreases are deemed insufficient. In the event the County does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the County, a contract termination will have to be processed. 10. GENERAL RESPONSIBILITIES 10.1. The Contractor shall identify a singular point of contact, English speaking, with cellular phone and e-mail for on-site and off-site communication to communicate with the MSTU Project Manager. 10.2. The Contractor shall coordinate with the MSTU Project Manager to designate a regularly scheduled on-site Weekly Maintenance Service Day. Contractor shall request changes to this day via email to the MSTU Project Manager. 10.3. The Contractor shall provide a crew of sufficient size for each Weekly Landscape Service to be completed within one (1) day, and if required, a consecutive day immediately following. 10.4. The minimum on-site Weekly Landscape Service crew shall consist of one (1) supervisor/crew leader and five (5) laborers. 10.5. Replacement of plants, shrubs, trees, grass, or foliage due to neglect or damage by the Contractor, Contractor's employees, or Subcontractor(s), shall be at the Contractor's sole expense, as determined by the MSTU Project Manager. 10.6. Accidents, theft, and vandalism shall be reported to the MSTU Project Manager on the same day as discovered, including pictures when reasonably available to be taken. 10.7. To avoid damage to curbs and turf, the Contractor shall provide and utilize ramps or other devices for ingress and egress, as needed. Damage attributable to the Contractor shall be repaired at the Contractor's expense, as determined by the MSTU Project Manager 10.8. Miscellaneous Site Fixtures and Features: 10.8.1. Entry signage, accent, and roadway lighting fixtures, banners, and benches shall be visually reviewed weekly to determine if malfunction, damage, or hazardous conditions exists. 10.8.2. If any damage or improper operation is found or viewed, immediate notification of the MSTU Project Manager is required 11. MEETING ATTENDANCE 11.1. The Contractor shall attend a monthly field review with the MSTU Project Manager scheduled no later than one (1) week (the second Monday of each month) before the Advisory Committee meeting. (approx. one (1) hour) Page 755 of 3949 11.2. The Contractor shall attend the monthly MSTU Advisory Committee meeting to discuss the ongoing status of Landscape and Irrigation maintenance, per the weekly/monthly report(s), and answer any questions. (approx. one (1) hour) 11.3. At the MSTU Project Manager's request, the Contractor shall be available for on-site inspection in the MSTU to verify work completed or review open issues. 11.4. There shall be no additional charge for attendance at these meetings. 12. CONTRACTOR EMPLOYEES 12.1. All Contractor employees working under this specification shall, always, be sole employees of the Contractor’s company and under the Contractor’s exclusive direction and not an employee or agents of Collier County. 12.2. The Contractor shall supply competent and physically capable employees. 12.3. At the direction of the MSTU Project Manager, the Contractor shall remove any employee deemed careless, incompetent, insubordinate, or otherwise objectionable and whose continued services are not in the County's best interest. 13. SUBCONTRACTORS 13.1. The awarded Contractor is required to perform services for routine landscape maintenance. 13.2. Use of a Subcontractor may be requested in advance from the MSTU Project Manager, in writing, prior to the commencement of the work to be performed. 13.3. The selected Subcontractor shall be identified, in writing, to the MSTU Project Manager prior to the commencement of work. 13.4. NOTE: The cost of utilizing a Subcontractor shall not exceed the pricing outlined in the Bid Schedule or increase costs to the MSTU, including any markup, if applicable. 13.5. Subcontractor(s) must be compliant with all County provisions. 13.6. Detailed Subcontractor invoices, Bills of Material (BOM), and receipts shall accompany the Contractor’s invoice to the County. 13.7. Contractor shall be liable for overseeing the Subcontractor and that the Subcontractor’s services are performed satisfactorily per the specifications. 14. HOURS OF SERVICE 14.1. Work performed at the specific direction of the MSTU Project Manager and billable at hourly rates shall be invoiced as follows: 14.1.1. Normal Hours: 6:00 AM to 6:00 PM 14.1.2. After Hours: 6:01 PM to 5:59 AM  Note: After-Hour Services must be pre-approved by the MSTU Project Manager upon each occurrence. Hourly Rates outside of regular business hours shall be billed at 1.5 x Regular hourly rates. ("Time and a Half") 15. MATERIALS MARKUP 15.1. Material markup is fixed at cost plus fifteen percent (15%). The percentage represents a markup on non-bid schedule line items. Receipts are required as a backup with the invoice for verification. NOTE: The resultant agreement for this Agreement shall govern except as expressly provided otherwise in the Collier County Landscape and Irrigation Specifications for Beautification Improvements within the Public Right-of-Way, Collier County, Florida herein: https://www.colliercountyfl.gov/home/showpublisheddocument/ VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Page 756 of 3949 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8356 Grounds Maintenance Golden Gate MSTU RESPONSE DEADLINE: March 18, 2025 at 3:00 pm Report Generated: Tuesday, March 18, 2025 Superior Landscaping & Lawn Service Inc. Response CONTACT INFORMATION Company: Superior Landscaping & Lawn Service Inc. Email: jotero@superiorlandscaping.com Contact: Jesenia Otero Address: 2200 NW 23 Avenue Miami, FL 33142 Phone: N/A Website: N/A Submission Date: Mar 17, 2025 5:38 PM (Eastern Time) Page 757 of 3949 [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8356 Grounds Maintenance Golden Gate MSTU [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance Golden Gate MSTU Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Mar 17, 2025 9:07 PM by Jesenia Otero Addendum #2 Confirmed Mar 17, 2025 9:07 PM by Jesenia Otero QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. General Bid Instructions has been acknowledged and accepted.* Confirmed 3. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.* Confirmed 4. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed Page 758 of 3949 [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8356 Grounds Maintenance Golden Gate MSTU [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance Golden Gate MSTU Page 3 5. County Required Forms BID SCHEDULE* Please upload completed Bid Schedule in Microsoft Excel format. 25-8356_-_Bid_Schedule_REV._2.xlsx VENDOR DECLARATION STATEMENT (FORM 1)* Vendor_Declaration_Statement.pdf CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* Conflict_of_Interest_Certification_Affidavit.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (IF WORK PERFORMED IN THE STATE) - HTTP://DOS.MYFLORIDA.COM/SUNBIZ/ SHOULD BE ATTACHED WITH YOUR SUBMITTAL* Proof_of_status_from_Division_of_Corporations.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* Immigration_Affidavit_Certification.pdf E-VERIFY MEMORANDUM OF UNDERSTANDING OR COMPANY PROFILE PAGE* E-Verify_Memorandum_of_Understanding.pdf CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) IF APPLICABLE AND CLAIMING LOCAL VENDOR STATUS. Certification_for_Claiming_Status_as_a_Local_Business.pdf BUSINESS TAX RECEIPT Required if claiming Local Vendor Status. Lee_County_LBTR.pdf Page 759 of 3949 [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8356 Grounds Maintenance Golden Gate MSTU [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance Golden Gate MSTU Page 4 REFERENCE QUESTIONNAIRES (FORM 5)* Completed reference forms. Reference_Questionnaires_-_Superior_Landscaping_Lawn_Service_Inc_.pdf VENDOR W-9 FORM* Superior_W-9_2025_Executed.pdf LICENSES* Commercial Landscape , or Landscape, or Landscape Restricted License. 2025_Collier_County_Certificate_of_Competency.pdf LICENSES* Irrigation License or State Certification 2026_Plumbing_Contractor_License_-_Superior_Landscaping.pdf CERTIFICATIONS Fertilizer - Limited Urban Commercial Fertilizer Applicator State Certification, Chapter 482.1562, F.S. Pest Control - Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S. Employee - Identification Cards for non-certified employees. –or – Subcontractor - List of employee names and issued ID card numbers that will perform pest control for the Subcontracted licensed company. Each ID cardholder must be an employee of the licensed company and work under the direct supervision of the certified operator in charge. Chapter 482.091 F.S. Maintenance of Traffic (MOT), Intermediate Level Certificate with three (3) years of experience. Page 760 of 3949 [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8356 Grounds Maintenance Golden Gate MSTU [SUPERIOR LANDSCAPING & LAWN SERVICE INC.] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance Golden Gate MSTU Page 5 Green Industries and/or Best Management Practices Certificate under Chapter 482.1562, F.S. (or, certificate must be o btained within six (6) months from contract execution) Arborist Services Pesticide, Fungicide, and Herbicide Applications Licenses_and_Certificates.pdf ALL SIGNED ADDENDA, IF APPLICABLE. Signed_Addendum.pdf ALL OTHER REQUIRED DOCUMENTATION, AS APPLICABLE. No response submitted PRICE TABLES TOTAL BID AMOUNT Submit line-item pricing via Bid Schedule in Microsoft Excel format. Line Item Description Quantity Unit of Measure Unit Cost Total 1 TOTAL BID AMOUNT 1 EACH $227,382.86 $227,382.86 TOTAL $227,382.86 Page 761 of 3949 Page 762 of 3949 Page 763 of 3949 Page 764 of 3949 Page 765 of 3949 Page 766 of 3949 Page 767 of 3949 Page 768 of 3949 Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. 272503 The parties to this agreement are the Department of Homeland Security (DHS) and the Superior Landscaping & Lawn Service, Inc. (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. Page 769 of 3949 Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly 272503 Page 770 of 3949 Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status 272503 Page 771 of 3949 Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon 272503 Page 772 of 3949 Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. 272503 Page 773 of 3949 Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with 272503 Page 774 of 3949 Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and 272503 Page 775 of 3949 Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify 272503 Page 776 of 3949 Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the 272503 Page 777 of 3949 Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. 272503 Page 778 of 3949 Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, 272503 Page 779 of 3949 Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. 272503 Page 780 of 3949 Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 272503 Superior Landscaping & Lawn Service, Inc. Aileen Villasana Electronically Signed 11/03/2009 USCIS Verification Division Electronically Signed 11/03/2009 Page 781 of 3949 Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 272503 Superior Landscaping & Lawn Service, Inc. 2200 NW 23rd Avenue Miami, FL 33142 PO Box 35-0095 Miami, FL 33135-0095 MIAMI-DADE 650838100 238 100 to 499 1 Page 782 of 3949 Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 272503 FLORIDA 1 site(s) Page 783 of 3949 Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 272503 Name Aileen Villasana Phone Number (305) 634 - 0717 Fax Number (305) 634 - 0744 Email Address avillasana@superiorlandscaping.com Page 784 of 3949 Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 272503 Page intentionally left blank Page 785 of 3949 Page 786 of 3949 Local Business Tax Receipt I hope you have a successful year. Lee County Tax Collector Payment Information: $ May engage in the business of: - LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Expires: THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Dear Business Owner: Your -Lee County Local Business Tax Receipt is attached below for account number / receipt:    Business name Ownership Physical location Business closed This is not a bill. Detach the bottom portion and display in a public location. Sincerely,  If there is a change in one of the following, refer to the instructions on the back of this receipt. number:/ Account Number: Receipt Number: State License Number: Location: 1013865 1013865 SUPERIOR LANDSCAPING & LAWN SERVICE INC SUPERIOR LANDSCAPING & LAWN SERVICE INC 50.00 5740 ZIP DR FT MYERS, FL 33905 2024 2024 CFC1425682 0803984 0803984 PLUMBING CONTRACTOR-CERTIFIED SUPERIOR LANDSCAPING & LAWN SERVICE INC PO BOX 35-0095 MIAMI, FL 33135 INT-00-02630725PAID 2025 2025 LEVY BERNARD A 5740 ZIP DR FT MYERS, FL 33905 09/26/2024 September 30, 2025 Page 787 of 3949 Local Business Tax Receipt I hope you have a successful year. Lee County Tax Collector Payment Information: $ May engage in the business of: - LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Expires: THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Dear Business Owner: Your -Lee County Local Business Tax Receipt is attached below for account number / receipt:    Business name Ownership Physical location Business closed This is not a bill. Detach the bottom portion and display in a public location. Sincerely,  If there is a change in one of the following, refer to the instructions on the back of this receipt. number:/ Account Number: Receipt Number: State License Number: Location: 1025184 1025184 SUPERIOR LANDSCAPING & LAWN SERVICES INC SUPERIOR LANDSCAPING & LAWN SERVICES INC 135.00 5740 ZIP DR FT MYERS, FL 33905 2024 2024 CV14332-1 1201802 1201802 PROFESSIONAL LANDSCAPING COMPANY SUPERIOR LANDSCAPING & LAWN SERVICES INC PO BOX 35 0095 MIAMI, FL 33135-0095 INT-00-02630725PAID 2025 2025 LANGANEY JOEL 5740 ZIP DR FT MYERS, FL 33905 09/26/2024 September 30, 2025 Page 788 of 3949 Form REF-1 Reference Questionnaire Solicitation Number: ______________________________ Name of Solicitation:______________________________ Reference Questionnaire for: _____________________________________________________________________________ ______________________________________________ ___________________________________________________ (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) ______________________________________________________________________________________________________ Name:_________________________________ Company:_____________________________ (Evaluator completing reference questionnaire) (Evaluator’s Company completing reference) Email:_________________________________ Telephone:_____________________________ The Naples Airport Authority has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisfied (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm individual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0”. Project Description: ____________________________ Completion Date:____________________________ Project Budget: ________________________________ Project Number of Days:______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope) 2 Ability to maintain project schedule (complete on-time or early) 3 Quality of work 4 Quality of consultant/contractor based advise provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or moving forward documents such as “As built’s” etc. 7 Ability to verbally communicate and document information clearly and succinctly. 8 Ability to manage risks and unexpected project changes or circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations and attaining permits from the City or County. 10 Would you use this company for future projects? TOTAL SCORE OF ALL ITEMS Additional feedback not captured above:_____________________________________________________________________ ______________________________________________________________________________________________________ All firms listed as references are requested to complete this form and return to Linda Jackson Best, Procurement and Contacts Manager by Email lbest@flynaples.com within three days of receipt. Attachment F Page 789 of 3949 REQUEST FOR PROPOSALS FOR EMERGENCY ARBORIST SERVICES & TREE CANOPY MAINTENANCE 14 VENDOR REFERENCE FORM (EXHIBIT E) FOR (Proposer Name:) Vizcaya Museum and Gardens 3251 South Miami Avenue Miami, FL 33129 TO THE REFERENCE COMPANY: PLEASE PROVIDE A REFERENCE FOR THE VENDOR LISTED BELOW. VENDOR'S NAME: EVALUATOR'S NAME AND POSITION: REFERENCE COMPANY: TELEPHONE: DATE: RATE THE VENDOR IN THE FOLLOWING AREAS BY CHECKING THE APPROPRIATE BOX: 5=EXCELLENT; 4=ABOVE AVERAGE; 3=AVERAGE; 2=BELOW AVERAGE; 1=POOR 1 2 3 4 5 INITIAL RESPONSE TIME COMPLIANCE TO TIMELINES SOLUTIONS PROVIDED TO ISSUES/PROBLEMS MAINTAINED A SAFE, CLEAN SITE FOR THE DURATION OF THE WORK ATTENTION TO DETAIL ACCURACY OF PROJECT BUDGET COMPLIANCE TO THE PROJECT BUDGET COORDINATION WITH OWNER COORDINATION AND SUPERVISION OF EMPLOYED PERSONS EMPLOYED PERSONS THAT WERE SKILLED TO DO THE WORK IS YOUR PROPERTY NON-RESIDENTIAL? YES NO PLEASE BRIEFLY DESCRIBE THE SIZE AND SCOPE OF TREE COVER ON YOUR PROPERTY: PLEASE BRIEFLY DESCRIBE THE SIZE AND SCOPE OF GARDEN AND CULTIVATED AREAS ON YOUR PROPERTY: PLEASE BRIEFLY DESCRIBE THE WORK THAT THIS VENDOR ACCOMPLISHED FOR YOU: Superior Landscaping & Lawn Service Inc. Page 790 of 3949 Page 791 of 3949 Page 792 of 3949 Collier County Board of County Commissioners Certificate of Competency Collier County * City of Marco * City of Naples * City of Everglades Issued Date: 09/30/2024 Company:SUPERIOR LANDSCAPING & LAWN SERVICE, INC Address:PO BOX 35-0095 MIAMI, FL 33135 Telephone:(305) 634-0717 Qualifier:CANTOR, LAURENCE License #:C30610 Issuance #:201700001059 Classification:LANDSCAPING RESTRICTED Valid Thru: State License #: State Valid Thru: 09/30/2025 It is the Qualifier’s responsibility to keep current all records with Collier County. This shall include insurance certificates and/or contact information. Always verify licenses online at https://cvportal.colliercountyfl.gov/CityViewWeb/ Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. This Collier County Certificate of Competency’s status and expiration date may change on July 1, 2025, due to the State of Florida Senate Bill No. 1142. Please visit our website at www.colliercountyfl.gov/government/growth-management/divisions/operations- regulatory-management/contractor-licensing for more information as it becomes available. Page 793 of 3949 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE PLUMBING CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESLEVY, BERNARD ADo not alter this document in any form.SUPERIOR LANDSCAPING & LAWN SERVICE INCLICENSE NUMBER: CFC1425682EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.11231 SW 1ST. COURTPLANTATION FL 33325Always verify licenses online at MyFloridaLicense.comISSUED: 06/07/2024Page 794 of 3949 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 12/3/2024 Keyes Coverage Insurance 5900 Hiatus Road Tamarac FL 33321 Carlos Cardozo 954-724-7000 954-724-7024 Ccardozo@keyescoverage.com Greenwich Insurance Co 22322 Richmond National Insurance Company 17103SuperiorLandscaping&Lawn Service,Inc. PO Box 35-0095 Miami FL 33135 Bridgefield Casualty Ins Co 10335 Westchester Surplus Lines Insurance Company 10172 1630271710 A X 1,000,000 X 100,000 10,000 1,000,000 2,000,000 X Y Y NGL-1008397-01 12/1/2024 12/1/2025 2,000,000 B X X 4,000,000YYRN-1-0225651 4,000,000 12/1/2024 12/1/2025 C N Y WFL507443200 5/22/2024 5/22/2025 D Pollution Liability G71670478001 4/23/2024 4/23/2025 Aggregate Occurrence Retention 1,000,000 1,000,000 10,000 30 day cancellation/10 day non-pay "Sample" "Sample" Page 795 of 3949 1001486 132849.14 04-13-2022 INSR LTR TYPE OF INSURANCE ADD INSD SUB WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY)LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC OTHER: EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence)$ MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident)$ BODILY INJURY (Per person)$ BODILY INJURY (Per accident)$ PROPERTY DAMAGE (Per accident)$ $ UMBRELLA LIAB OCCUR EXCESS LIAB CLAIMS-MADE DED RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A PER STATUTE OTH- ER $ E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CANCELLATION E-MAIL ADDRESS: CONTACT NAME:PHONE (A/C, No, Ext): FAX (A/C, No): INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : PRODUCER INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD AUTHORIZED REPRESENTATIVE A K94 5581-F19-59 06/19/2024 06/19/2025 1,000,000 MEDICAL EXPENSES 5,000 bernardo@rplanter.com Bernardo Valencia 305 705 2559 State Farm Mutual Automobile Insurance Company 25178 Rodrigo Planter Insurance Agency 2018 NE 164th st. N Miami Beach FL 33162 SUPERIOR LANDSCAPING & LAWN SERVICE INC PO BOX 350095 MIAMI FL 33135-0095 12/06/2024 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Completed by an authorized State Farm representative. If signature is required, please contact a State Farm agent. "Sample" "Sample" Page 796 of 3949 Collier County Board of County Commissioners Certificate of Competency Collier County * City of Marco * City of Naples * City of Everglades Issued Date: 09/30/2024 Company:SUPERIOR LANDSCAPING & LAWN SERVICE, INC Address:PO BOX 35-0095 MIAMI, FL 33135 Telephone:(305) 634-0717 Qualifier:CANTOR, LAURENCE License #:C30610 Issuance #:201700001059 Classification:LANDSCAPING RESTRICTED Valid Thru: State License #: State Valid Thru: 09/30/2025 It is the Qualifier’s responsibility to keep current all records with Collier County. This shall include insurance certificates and/or contact information. Always verify licenses online at https://cvportal.colliercountyfl.gov/CityViewWeb/ Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. This Collier County Certificate of Competency’s status and expiration date may change on July 1, 2025, due to the State of Florida Senate Bill No. 1142. Please visit our website at www.colliercountyfl.gov/government/growth-management/divisions/operations- regulatory-management/contractor-licensing for more information as it becomes available. Page 797 of 3949 Local Business Tax Receipt I hope you have a successful year. Lee County Tax Collector Payment Information: $ May engage in the business of: - LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Expires: THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Dear Business Owner: Your -Lee County Local Business Tax Receipt is attached below for account number / receipt:    Business name Ownership Physical location Business closed This is not a bill. Detach the bottom portion and display in a public location. Sincerely,  If there is a change in one of the following, refer to the instructions on the back of this receipt. number:/ Account Number: Receipt Number: State License Number: Location: 1013865 1013865 SUPERIOR LANDSCAPING & LAWN SERVICE INC SUPERIOR LANDSCAPING & LAWN SERVICE INC 50.00 5740 ZIP DR FT MYERS, FL 33905 2024 2024 CFC1425682 0803984 0803984 PLUMBING CONTRACTOR-CERTIFIED SUPERIOR LANDSCAPING & LAWN SERVICE INC PO BOX 35-0095 MIAMI, FL 33135 INT-00-02630725PAID 2025 2025 LEVY BERNARD A 5740 ZIP DR FT MYERS, FL 33905 09/26/2024 September 30, 2025 Page 798 of 3949 Local Business Tax Receipt I hope you have a successful year. Lee County Tax Collector Payment Information: $ May engage in the business of: - LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Expires: THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Dear Business Owner: Your -Lee County Local Business Tax Receipt is attached below for account number / receipt:    Business name Ownership Physical location Business closed This is not a bill. Detach the bottom portion and display in a public location. Sincerely,  If there is a change in one of the following, refer to the instructions on the back of this receipt. number:/ Account Number: Receipt Number: State License Number: Location: 1025184 1025184 SUPERIOR LANDSCAPING & LAWN SERVICES INC SUPERIOR LANDSCAPING & LAWN SERVICES INC 135.00 5740 ZIP DR FT MYERS, FL 33905 2024 2024 CV14332-1 1201802 1201802 PROFESSIONAL LANDSCAPING COMPANY SUPERIOR LANDSCAPING & LAWN SERVICES INC PO BOX 35 0095 MIAMI, FL 33135-0095 INT-00-02630725PAID 2025 2025 LANGANEY JOEL 5740 ZIP DR FT MYERS, FL 33905 09/26/2024 September 30, 2025 Page 799 of 3949 Page 800 of 3949 Page 801 of 3949 Page 802 of 3949 Page 803 of 3949 VOID 6, 3, 21, 5A Commercial Applicator License Florida Department of Agriculture and Consumer Services Issued: License # CM23229 Expires: Pesticide Certification Office Signature of Licensee WILTON SIMPSON, COMMISSIONER Categories The above individual is licensed under the provisions of Chapter 487, F.S. to purchase and apply restricted use pesticides. 3558 FLORIDA AVE SANDS III, PAUL LEONARD MIAMI, FL 33133 This card is your license. It authorizes you, the license holder, to purchase and apply Restricted Use Pesticides (RUPs). Please sign your card and keep it with you when applying or purchasing RUPs. The bottom two cards are for your Authorized Purchasing Agents (APAs). Please sign the card in the space provided and give to your APA to sign. APAs are authorized to purchase RUPs. For questions, comments or concerns, Contact us at: Florida Department of Agriculture and Consumer Services Pesticide Certification Office 3125 Conner Blvd, Bldg 8 Tallahassee, FL 32399-1650 Phone: (850) 617-7870 Fax: (850) 617-7895 Florida Department of Agriculture and Consumer Services Pesticide Certification Office To renew a pesticide applicator license, applicators must first become recertified. Recertification is accomplished by either retaking the certification exams or accumulating Continuing Education Units (CEUs). See Table 2 in the Pesticide Applicator Certification and Licensing in Florida handbook located at http://pested.ifas.ufl.edu/pdfs/Pesticide-Applicator-Cert-Licensing.pdf for information on Recertification. February 16, 2023 October 31, 2026 Page 804 of 3949 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESDICKENS, BRIAN MDo not alter this document in any form.SUPERIOR LANDSCAPING & LAWN SERVICE INCLICENSE NUMBER: CGC1529871EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.2200 NORTHWEST 23RD AVENUEMIAMI FL 33142Always verify licenses online at MyFloridaLicense.comISSUED: 09/01/2024Page 805 of 3949 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE PLUMBING CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESLEVY, BERNARD ADo not alter this document in any form.SUPERIOR LANDSCAPING & LAWN SERVICE INCLICENSE NUMBER: CFC1425682EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.11231 SW 1ST. COURTPLANTATION FL 33325Always verify licenses online at MyFloridaLicense.comISSUED: 06/07/2024Page 806 of 3949 Page 807 of 3949 Page 808 of 3949 Page 809 of 3949 CERTIFICATE OF COMPLETION RICARDO SOSA Has Completed a FDOT Approved Temporary Traffic Control (TTC): Intermediate Course . 05/01/2023 Issue Date 04/25/2027 Expiration Date L. R Instructor 609360 Certificate No. Training Provider: Verify this Certificate by visiting www.motadmin.com Access Safety Compliance Training 11481 SW Rossano Ln. Port St. Lucie FL 34987 Phone: 561-350-8913 Page 810 of 3949 CERTIFICATE OF COMPLETION MARCO MANZO Has Completed a FDOT Approved Temporary Traffic Control (TTC): Intermediate Course . 05/01/2023 Issue Date 04/25/2027 Expiration Date L. R Instructor 609357 Certificate No. Training Provider: Verify this Certificate by visiting www.motadmin.com Access Safety Compliance Training 11481 SW Rossano Ln. Port St. Lucie FL 34987 Phone: 561-350-8913 Page 811 of 3949 GI-BMP Trainee ID: GV399887 Certification date: 9/28/2016 Marco A. Manzo Superior Landscaping & Lawn Services 6220 Topaz Ct Fort Myers, FL 33966 Marco A. Manzo Marco A. Manzo GV399887-1 GV399887 GV399887-1 GV399887 D. Rainey 9/28/2016 Test Score: 78% Page 812 of 3949 Page 813 of 3949 Page 814 of 3949 Page 815 of 3949 Page 816 of 3949 Page 817 of 3949 Page 818 of 3949 State of Florida Department of State I certify from the records of this office that SUPERIOR LANDSCAPING & LAWN SERVICE INC.is a corporation organized under the laws of the State of Florida,filed on May 18,1998. The document number of this corporation is P98000044604. I further certify that said corporation has paid all fees due this office through December 31,2024,that its most recent annual report/uniform business report was filed on March 4,2024,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Ninth day of May,2024 Tracking Number:3993215632CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Page 819 of 3949 Page 820 of 3949 Page 821 of 3949 Page 822 of 3949 Company Name: Superior Landscaping & Lawn Service Inc.    QTY ITEM DESCRIPTION MAKE MODEL YEAR  MANUFACTURED CONDITION   6  Chipper  Vermeer  BC 1500  2007  Good   1  Mini Excavator  Yanmar  VI 027  2005  Good  11 Hedge Trimmer STIHL HL100K  2017  Good   2  Mini Excavator  Caterpillar  302 5C  2006  Good  7 Lawn Edgers  STIHL  FS‐90Z  2016  Good  20 Lawn Edgers  STIHL  FC90  2016  Good  3  Line  Trimmer  STIHL  FS91R  2017  Good  6  Line  Trimmer  STIHL   FS90R  2017  Good  14  Line Trimmer  STIHL  HL‐100KZ  2012  Good  29 Line Trimmer   STIHL  HLA65  2012  Good   1  Mower 54”  Toro  74925  2010  Good   13  Mower 60”  Toro  74926  2010  Good   9  Mower 60”  Toro  ZD‐326  2010  Good   6  Mower 60”  Toro  ZD10211‐60  2010  Good   1  SKID STEER  Caterpillar  268 B  2007  Good   1  SKID STEER   New  Holland  L 185  2006  Good   7  Power Pruner  STIHL  HT‐103‐12  2017  Good   18  Climbing saw  STIHL   MS193T‐PS3‐ 16  2017 Good   5  Chainsaw  STIHL  MS291‐20  2017 Good    10  Blower  STIHL BR 600   2017 Good    10  Climbing saw  STIHL  MS193T  2017 Good   3  Pruner  STIHL  STEHT103‐2  2017  Good   5   Climbing saw  STIHL   STEMS193T‐ PS3‐16  2017  Good   7  Blower  STIHL  BR450  2017  Good   1  Blower  ECHO  PB‐770T  2016  Good   8  Hedger Hammer  STIHL  HL‐100K  2012  Good   1  Stump Grinder  Vermeer SC352  2002   Good  2 BATWING 15' Bushog  2016 Good  1 BATWING 20' Bushog  2016 Good  4 Tractor Kubota/Toro L4330 2016 Good   1  Back Hoe  Caterpillar  402 E  2015  Good  Page 823 of 3949 $9 Collier County Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for:Superior Landscaping &Lawn Service Inc. (Name of Company Requesting Reference Information) Jesenia O tero ,Estim ating Coordinator (Name of Individuals Requesting Reference Information) el s /la..co (Evaluator completing reference questionnaire) ca losocar l vo h ee L/.o Email:-FAX: C.,j "f1 /1/4 c;rn/'der-~/Company:y o c h (Evaluator's Company completing reference)(/?;,1'~cnof.f't't'.) Tete»one:7f-$S-570 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project.The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work.Please complete the survey.Please rate each criteria to the best of your knowledge on a scale of I to I 0, with IO representing that you were very satisifed (and would hire the firm/individual again)and I representing that you were very unsatisfied (and would never hire the firm/indivdiual again).If you do not have sufficient knowledge of past performance in a particular area,leave it blank and the item or form will be scored "0." Project Description: Protect [3udget. Completion Date:_ Project Number of Days:_ Item Criteria Score (must be completed) I Ability to manage the project costs (minimize change orders to scope)./ 2 Ability to maintain project schedule (complete on-time or early)./0 3 Quality of work./O 4 Quality of consultative advice provided on the project.9 5 Professionalism and ability to manage personnel.9 6 Project administration (completed documents,final invoice,final product turnover;9invoices;manuals or going forward documentation,etc.) 7 Ability to verbally communicate and document information clearly and succinctly./0 8 Abiltity to manage risks and unexpected project circumstances.JO 9 Ability to follow contract documents,policies,procedures,rules,regulations,etc.10 10 Overall comfort level with hiring the company in the future (customer satisfaction)./0 TOTAL SCORE OF ALL ITEMS 97 Page 824 of 3949 Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Superior Landscaping & Lawn Service Inc. Jesenia Otero Page 825 of 3949 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Superior Landscaping & Lawn Service Inc. Jesenia Otero, Estimating Coordinator Page 826 of 3949 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [GROUND ZERO LANDSCAPING SERVICES INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8356 Grounds Maintenance Golden Gate MSTU RESPONSE DEADLINE: March 18, 2025 at 3:00 pm Report Generated: Tuesday, March 18, 2025 GROUND ZERO LANDSCAPING SERVICES INC. Response CONTACT INFORMATION Company: GROUND ZERO LANDSCAPING SERVICES INC. Email: gzls.naplesfl@gmail.com Contact: AARON GROSS Address: 1907 FAIRFAX CIRCLE NAPLES, FL 34109 Phone: N/A Website: N/A Submission Date: Mar 18, 2025 11:35 AM (Eastern Time) Page 827 of 3949 [GROUND ZERO LANDSCAPING SERVICES INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8356 Grounds Maintenance Golden Gate MSTU [GROUND ZERO LANDSCAPING SERVICES INC.] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance Golden Gate MSTU Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Mar 15, 2025 5:16 PM by AARON GROSS Addendum #2 Confirmed Mar 15, 2025 5:16 PM by AARON GROSS QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. General Bid Instructions has been acknowledged and accepted.* Confirmed 3. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.* Confirmed 4. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insura nce certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed Page 828 of 3949 [GROUND ZERO LANDSCAPING SERVICES INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8356 Grounds Maintenance Golden Gate MSTU [GROUND ZERO LANDSCAPING SERVICES INC.] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance Golden Gate MSTU Page 3 5. County Required Forms BID SCHEDULE* Please upload completed Bid Schedule in Microsoft Excel format. GG_bid_schedule.xlsx VENDOR DECLARATION STATEMENT (FORM 1)* GG_vender_declaration.pdf CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* GG_conflict_interest.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (IF WORK PERFORMED IN THE STATE) - HTTP://DOS.MYFLORIDA.COM/SUNBIZ/ SHOULD BE ATTACHED WITH YOUR SUBMITTAL* GG_Proof_of_corperation.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* GG_Immigration_affidavit.pdf E-VERIFY MEMORANDUM OF UNDERSTANDING OR COMPANY PROFILE PAGE* GG_e-verify.pdf CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) IF APPLICABLE AND CLAIMING LOCAL VENDOR STATUS. GG_Local_buisness.pdf BUSINESS TAX RECEIPT Required if claiming Local Vendor Status. GG_Buisness_Tax_Receipt.pdf Page 829 of 3949 [GROUND ZERO LANDSCAPING SERVICES INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8356 Grounds Maintenance Golden Gate MSTU [GROUND ZERO LANDSCAPING SERVICES INC.] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance Golden Gate MSTU Page 4 REFERENCE QUESTIONNAIRES (FORM 5)* Completed reference forms. GG_Ref._Questions.pdf VENDOR W-9 FORM* GG_W-9.pdf LICENSES* Commercial Landscape , or Landscape, or Landscape Restricted License. GG_License_Unlimited.pdf LICENSES* Irrigation License or State Certification GG_unlimited_license_includes_Irrigation.pdf CERTIFICATIONS Fertilizer - Limited Urban Commercial Fertilizer Applicator State Certification, Chapter 482.1562, F.S. Pest Control - Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S. Employee - Identification Cards for non-certified employees. –or – Subcontractor - List of employee names and issued ID card numbers that will perform pest control for the Subcontracted licensed company. Each ID cardholder must be an employee of the licensed company and work under the direct supervision of the certified operator in charge. Chapter 482.091 F.S. Maintenance of Traffic (MOT), Intermediate Level Certificate with three (3) years of experience. Page 830 of 3949 [GROUND ZERO LANDSCAPING SERVICES INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8356 Grounds Maintenance Golden Gate MSTU [GROUND ZERO LANDSCAPING SERVICES INC.] RESPONSE DOCUMENT REPORT undefined - Grounds Maintenance Golden Gate MSTU Page 5 Green Industries and/or Best Management Practices Certificate under Chapter 482.1562, F.S. (or, certificate must be o btained within six (6) months from contract execution) Arborist Services Pesticide, Fungicide, and Herbicide Applications GG_Certificates_and_License.pdf ALL SIGNED ADDENDA, IF APPLICABLE. GG_Addendums.pdf ALL OTHER REQUIRED DOCUMENTATION, AS APPLICABLE. GG_Eqiupment_list.pdf PRICE TABLES TOTAL BID AMOUNT Submit line-item pricing via Bid Schedule in Microsoft Excel format. Line Item Description Quantity Unit of Measure Unit Cost Total 1 TOTAL BID AMOUNT 1 EACH $240,336.40 $240,336.40 TOTAL $240,336.40 Page 831 of 3949 Page 832 of 3949 Page 833 of 3949 Page 834 of 3949 Page 835 of 3949 Page 836 of 3949 Page 837 of 3949 Page 838 of 3949 Page 839 of 3949 Page 840 of 3949 Page 841 of 3949 Page 842 of 3949 Page 843 of 3949 Page 844 of 3949 Page 845 of 3949 Page 846 of 3949 Page 847 of 3949 Page 848 of 3949 Page 849 of 3949 Page 850 of 3949 Page 851 of 3949 Page 852 of 3949 Page 853 of 3949 Page 854 of 3949 Page 855 of 3949 Page 856 of 3949 Page 857 of 3949 Page 858 of 3949 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 859 of 3949 Page 860 of 3949 Page 861 of 3949 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 46216 10172 Y Y N Page 862 of 3949 1001486 132849.14 04-13-2022 INSR LTR TYPE OF INSURANCE ADD INSD SUB WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY)LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC OTHER: EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence)$ MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident)$ BODILY INJURY (Per person)$ BODILY INJURY (Per accident)$ PROPERTY DAMAGE (Per accident)$ $ UMBRELLA LIAB OCCUR EXCESS LIAB CLAIMS-MADE DED RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A PER STATUTE OTH- ER $ E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CANCELLATION E-MAIL ADDRESS: CONTACT NAME:PHONE (A/C, No, Ext): FAX (A/C, No): INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : PRODUCER INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD AUTHORIZED REPRESENTATIVE A K94 5581-F19-59 06/19/2024 06/19/2025 1,000,000 MEDICAL EXPENSES 5,000 bernardo@rplanter.com Bernardo Valencia 305 705 2559 State Farm Mutual Automobile Insurance Company 25178 Rodrigo Planter Insurance Agency 2018 NE 164th st. N Miami Beach FL 33162 SUPERIOR LANDSCAPING & LAWN SERVICE INC PO BOX 350095 MIAMI FL 33135-0095 12/09/2024 Collier County Board of County Commissioners 3295 Tamiami Trail E Naples FL 34112 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County included as and Additional Insured on a primary and non-contributory basis with regards to Auto Liability. Waiver of subrogation applies to the Additional Insured with regards to Auto Liability. All of the above is applicable when required by written contract for any and all work performed on behalf of Collier County. Completed by an authorized State Farm representative. If signature is required, please contact a State Farm agent. Page 863 of 3949 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 864 of 3949 Page 865 of 3949 Page 866 of 3949 Page 867 of 3949 Page 868 of 3949 FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT #25-835 6 for Grounds Maintenance Golden Gate MSTU 20 25 --'THIS AGREEMENT, made and entered into on this_1st __ day of October by and between Superior Landscaping & Lawn Service Inc. authorized to do business in the State of Florida, whose business address is 2200 NW 23rd Ave. Miami, FL. 33142 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): W I T N E S S E T H: 1.AGREEMENT TERM. The Agreement shall be for a three ( _3 _) year period, commencing D upon the date of Board approval; or [ii on October 1st, 2025 and terminating on three ( _3 _) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( _2 _ ) additional one ( _1 _ ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2.COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a Iii Purchase Order D �JoUoe to Prooeed. 3.STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of D Reei1:1est ior Pro13osal (Ri;:P) [ii Invitation to Bid (1TB) D GtRef ____________________ ( ___ )#_25_-8_35_6 __ _including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. [ii The Contractor shall also provide services in accordance with Exhibit A -Scope of Services attached hereto. Page I of20 Fixed Tenn Service Multi-Contractor Agreement [2024_ver.I] CAO Page 869 of 3949 Page 870 of 3949 Page 871 of 3949 Page 872 of 3949 Page 873 of 3949 Page 874 of 3949 Page 875 of 3949 Page 876 of 3949 Page 877 of 3949 Page 878 of 3949 Page 879 of 3949 Page 880 of 3949 Page 881 of 3949 Page 882 of 3949 Page 883 of 3949 Page 884 of 3949 Page 885 of 3949 Page 886 of 3949 Page 887 of 3949 Page 888 of 3949 Page 889 of 3949 Page 890 of 3949 Page 891 of 3949 Page 892 of 3949 Page 893 of 3949 Page 894 of 3949 Page 895 of 3949 Page 896 of 3949 Page 897 of 3949 Page 898 of 3949 Page 899 of 3949 Page 900 of 3949 Page 901 of 3949 Page 902 of 3949 Page 903 of 3949 Page 904 of 3949 Page 905 of 3949 Page 906 of 3949 Page 907 of 3949 Page 908 of 3949 Page 909 of 3949 Page 910 of 3949 Page 911 of 3949 Page 912 of 3949 Page 913 of 3949 FIXED TERM SERVICE MUL Tl-CONTRACTOR AWARD AGREEMENT #25-8356 for Grounds Maintenance Golden Gate MSTU ---day of October 20� State of Florida, whose THIS AGREEMENT, made and entered into on this 1st by and between Ground Zero Landscaping Services Inc. authorized to do business in the business address is 1907 Fairfax Circle Na ples, FL 34109 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): W I T N E S S E T H: 1.AGREEMENT TERM. The Agreement shall be for a three ( _3 _) year period, commencing D upon the date of Board approval; or [j] on October 1st, 2025 and terminating on three ( _3 _) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( _2 _ ) additional one ( _1 _ ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2.COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a Ii] Purchase Order D Notice to Proceed. 3.STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of D Re�uest for Proposal (Ri;:P) [j] Invitation to Bid (1TB) D � ____________________ ( ___ )#_25 _-8_35_6 __ _including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. [j] The Contractor shall also provide services in accordance with Exhibit A -Scope of Services attached hereto. Page I of20 Fixed Tenn Service Multi-Contractor Agreement [2024_ ver. I] CAO Page 914 of 3949 Page 915 of 3949 Page 916 of 3949 Page 917 of 3949 Page 918 of 3949 Page 919 of 3949 Page 920 of 3949 Page 921 of 3949 Page 922 of 3949 Page 923 of 3949 Page 924 of 3949 Page 925 of 3949 Page 926 of 3949 Page 927 of 3949 Page 928 of 3949 Page 929 of 3949 Page 930 of 3949 Page 931 of 3949 Page 932 of 3949 Page 933 of 3949 Page 934 of 3949 Page 935 of 3949 Page 936 of 3949 Page 937 of 3949 Page 938 of 3949 Page 939 of 3949 Page 940 of 3949 Page 941 of 3949 Page 942 of 3949 Page 943 of 3949 Page 944 of 3949 Page 945 of 3949 Page 946 of 3949 Page 947 of 3949 Page 948 of 3949 Page 949 of 3949 Page 950 of 3949 Page 951 of 3949 Page 952 of 3949 Page 953 of 3949 Page 954 of 3949 Page 955 of 3949 Page 956 of 3949 Page 957 of 3949 Page 958 of 3949