Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
#25-8356 (Superior Landscaping & Lawn Service, Inc.)
FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT #25-8356 for Grounds Maintenance Golden Gate MSTU THIS AGREEMENT, made and entered into on this 30th day of September 20 25 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"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing (l upon the date of Board approval; or ❑■ on September 30th,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 ❑■ Purchase Order ❑ 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ • Invitation to Bid (ITB) n Otter ( ) # 25-8356 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑■ The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.I CAO 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 ■ The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. n T t-a+h+ntg- t i€ o o-ned ice ❑ Other Exhilait/Attaehmeht n • ef--e as tiehi- lleetieh-sf ated--damages in the event of late completion; and the prise-Methed-efegy--sited--in 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): n m -Sur -(Fixed Pri A-fir--fi.xe -total prise-fig-fer-a-project; the ric.s are transfer-red-ore h toffy--of—raga eeRtraster e satisfaction of the ❑aunty's-prejeet of-befe -e Rtrwct is authorized: • Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. [4j Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAC) 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. 45 ❑ : Travel—and Reimbursable Expenses must bc approved in advance in writing by the County. Travel expenses shall bc reimbursed as per Section 112.061 Fla. Stats. Reimbu.-rerne t " l4 ho at+ho des= Mileage Q$�9:4� � 6 der wife Breakfast $6•:00 1unsh $11.00 Dinher $40,00 Aires slass-fafe Rental-ca r Aet l--r Lodging Rafking items will be paid only after Contractor has provided all receipts. Contractor shall be undertaken pursuant to this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. Page 3 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Superior Landscaping&Lawn Service Inc. Address: 2200 NW 23rd Ave. Miami,FL.33142 Authorized Agent: Jesenia Otero Attention Name & Title: Estimating Coordinator Telephone: 305-634-0717 E-Mail(s): JOtero@superiorlandscaping.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Ellen Sheffey Division Name: Public Transit&Neighborhood Enhancement Address: 8300 Radio Rd. Naples,FL.34104 Administrative Agent/PM: Dan Schumacher Telephone: 239-252-5775 E-Mail(s): Dan.Schumacher@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin or any other class protected by federal or Florida law. 12. INSURANCE. The Contractor shall provide insurance as follows: A. n Commercial General Liability: Coverage shall have minimum limits of $1,000,00o Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. 0 Business Auto Liability: Coverage shall have minimum limits of$ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. ❑ Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$ 1,000,000 for each accident. Page 5 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.1 �- n liability for claims aricing out of the performance of professional services under this shall have limits of not lc s than $ each -: 6yfae �iIliit+tGe Coverage ❑ -:-Goverage shall have minimum limits of$ per claim. { ❑ :6ever-age Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Page 6 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Public Transit&Neighborhood Enhancement 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ■ Exhibit A Scope of Services, Exhibit B Fee Schedule, RFP/ • ITB/ Other #25-8356 , including Exhibits, Attachments and Addenda/Addendum, &4bsec-#mat gtes; and • Other Exhibit/Attachment: Attachment A Work Areas,Attachment C Plant Maintenance,and Attachment D Service Report 17. APPLICABILITY. Sections corresponding to any checked box ( ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, Page 7 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended, as well as the requirements set forth in Florida Statutes, §448.095; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communications, Government and Public Affairs Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequest(@,colliercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Page 8 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark- up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or a Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 23. n CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project Page 9 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. • WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. ■ TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. ■ PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary Page 10 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.11 to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. Page 11 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.I 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. KEY P€RSONN€L.-The-Contractor -per-seRR and-management--t b& tiI zed -fer this-met-shall-be--knewted $ r len . ash assggl -adegeat epired-serviee met: +aNy--tlae-secne---e a ndler-e pe i er in-wr+ti -as--faf-i-n-ad-v Ge a s The-Gen e-ter-s k - s cd rcplaccmcnt perseRAeh ICI AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. ■ ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation, the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. n ORDER-®F---PRECEDENCE- Grantt Fun ed . In the---event-of oaf-tie erttract- ept-the-terms-e a precedence-ever--t D the---Agreewaer ved---by-fir esiwig--th eb+igatienr-u upon-the--Cer t t-erat-Ge ratyleeiseFetmen: 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its Page 12 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliercountyfl.gov) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 38. n SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision Page 13 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] ,5 -8 3`ZO shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K. Kim rOlerk of the Circuit COLLIER COUNTY, FLORIDA Court and`CoMptrdller-', By. :, • By. B4441/....4,444014.0"- nders , Chairman Dated. (S . p' natr1,4.a ` /L). - nalure "Iv Contractor's Witnesses: Superior Landscaping&Lawn Service Inc. Contractor DB / on actor's 'rst itness • • , ;-e : 17 1 �C( 1 L,1 iv Type/print signature and t. le Type/print witness namel' • imcotticr ontr or's eco Witness TType/print witness namet o e as to m d Legality: County torne Pri Name Page 14 of 20 Fixed Term Service Multi-Contractor Agreement ,QU' [2024_ver.I] Exhibit A Scope of Services • following this page (pages through 1 0 ) n this exhibit is not applicable Page 15 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] Exhibit A—Scope of Services #25-8356"Golden Gate MSTU Grounds Maintenance" Primary Services are being awarded to Superior Landscaping&Lawn Service Inc. 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). 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 Page 1 of 10 Exhibit A-Scope of Services CAO 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 OpenGov 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 1 B&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-ld 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. • lb-Improved Median on 18th PI 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 IF) This work area consists of Coronado Pkwy between Golden Gate Pkwy and Santa Barbara Blvd,as described below. 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. Page 2 of 10 Exhibit A-Scope of Services 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(31/2"),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 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, Page 3 of 10 Exhibit A-Scope of Services CNC) 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 andpedestrian 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 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. Page 4 of 10 Exhibit A-Scope of Services 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. • 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. Page 5 of 10 Exhibit A-Scope of Services Chi{) • 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. 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. Page 6 of 10 Exhibit A-Scope of Services CAO 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 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 Page 7 of 10 Exhibit A-Scope of Services CFO 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 cf 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. 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 Page 8 of 10 Exhibit A-Scope of Services C4O 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) 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) Page 9 of 10 Exhibit A-Scope of Services (TAX) 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.aov/home/showpublisheddocument/ Page 10 of 10 Exhibit A-Scope of Services Exhibit B Fee Schedule following this page (pages I through 4 ) Page 16 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO Exhibit B-Fee Schedule #25-8356 Golden Gate MSTU Grounds Maintenance Primary Services are being awarded to Superior Landscaping&Lawn Service Inc. Regular Maintenance Services: Attachment A-Work Areas A #1 Sunshine Blvd(Attachment A-Work Areas lb& Id,sheets 1&2) Includes un-irrigated medians on 18th Ave SW @ 40th Ter S and 18th PI SW @ Sunset Rd Item Description UOM Unit Price Basic Grounds Maintenance 1 Pre-Service Cleaning-All Areas Week $ 48.26 2 Weekly Mowing/String Trimming&Edging-Medians Week $ 264.98 3 Bi-weekly Mowing-only,(1)Commercial Mower Pass-side ROW's Week $ 96.52 General Trimming&Pruning-to maintain a tight appearance&curb setbacks 4 All areas completed once per month,minimum,and as needed throughout the month Month $ 397.47 5 Weekly Post-service Cleaning-All Areas Week $ 48.26 Weeding-Hand&Chemical 6 Shrubs,Plants,Groundcovers:as-needed throughout the month to maintain a weed-free site Each $ 96.52 Pesticides-Contractor supplies chemicals&application 7 Turf,Groundcover,Shrubs,Trees: Insecticides,applied to all areas as-needed throughout the month Each $ 107.18 8 Turf,Groundcover,Shrubs,Trees: Fungicides,applied to all areas as-needed throughout the month Each $ 107.18 9 Turf,Groundcover,Shrubs,Trees: Herbicides,applied to all areas as-needed throughout the month Each $ 107.18 Wet Checks- Test,Check Solenoids&Wiring,Unclog Nozzles,&Adjust Spray Patterns 10 Bi-weekly WeatherTRAK Controller System-wide Cell Phone Operation of All Zones Week $ 132.80 B #2 Tropicana Blvd (Attachment A-Work Areas lc&le,sheet 3) Includes pedestrian shelters on Tropicana Blvd @ 31st Ave SW and 30th P1 SW @ Tropicana Blvd Item Description UOM Unit Price Basic Grounds Maintenance l I Pre-Service Cleaning-All Areas Week $ 48.26 12 Weekly Mowing/String Trimming&Edging-Medians Week $ 264.98 13 Bi-weekly Mowing-only,(1)Commercial Mower Pass-side ROW's Week $ 96.52 General Trimming& l'runing-to maintain a tight appearance&curb setbacks 14 All areas completed once per month,minimum,and as needed throughout the month Month $ 397.47 15 Weekly Post-service Cleaning-All Areas Week $ 48.26 Weeding-Hand&Chemical 16 Shrubs,Plants,Groundcovers:as-needed throughout the month to maintain a weed-free site Each $ 96.52 Pesticides-Contractor supplies chemicals&application 17 Turf,Groundcover,Shrubs,Trees: Insecticides,applied to all areas as-needed throughout the month Each $ 107.18 18 Turf,Groundcover,Shrubs,Trees: Fungicides,applied to all areas as-needed throughout the month Each $ 107.18 19 Turf,Groundcover,Shrubs,Trees: Herbicides,applied to all areas as-needed throughout the month _ Each $ 107.18 Wet Checks- Test,Check Solenoids&Wiring,Unclog Nozzles,&Adjust Spray Patterns 20 Bi-weekly WeatherTRAK Controller System-wide Cell Phone Operation of All Zones Week $ 132.80 CAO Exhibit B-Fee Schedule #25-8356 Golden Gate MSTU Grounds Maintenance C. #3 Coronado Pkwy (Attachment A-Work Area lf,sheet 4) Item Description UOM Unit Price Basic Grounds Maintenance 21 Pre-Service Cleaning-All Areas Week $ 48.26 22 Weekly Edging-only-Medians Week $ 264.98 23 Bi-weekly Mowing-only,(1)Commercial Mower Pass-side ROW's Week $ 96.52 General Trimming&Pruning-to maintain a tight appearance&curb setbacks 24 All areas completed once per month,minimum,and as needed throughout the month Month $ 397.47 25 Weekly Post-service Cleaning•All Areas Week $ 48.26 Weeding-Hand&Chemical 26 Shrubs,Plants,Groundcovers:as-needed throughout the month to maintain a weed-free site Each $ 96.52 Pesticides-Contractor supplies chemicals&application 27 Turf,Groundcover,Shrubs,Trees: Insecticides,applied to all areas as-needed throughout the month Each $ 107.18 28 Turf,Groundcover,Shrubs,Trees: Fungicides,applied to all areas as-needed throughout the month Each $ 107.18 29 Turf,Groundcover,Shrubs,Trees: Herbicides,applied to all areas as-needed throughout the month Each $ 107.18 D. #4 Hunter Blvd (Attachment A-Work Area lg,sheet 5) Item Description UOM Unit Price Basic Grounds Maintenance 30 Pre-Service Cleaning-All Areas Week $ 48.26 31 Weekly Edging-only-Medians Week $ 264.98 32 Bi-weekly Mowing-only,(l)Commercial Mower Pass-side ROW's Week $ 96.52 General Trimming&Pruning-to maintain a tight appearance&curb setbacks 33 All areas completed once per month,minimum,and as needed throughout the month Month $ 397.47 34 Weekly Post-service Cleaning-All Areas Week $ 48.26 Weeding-Hand&Chemical 35 Shrubs,Plants,Groundcovers:as-needed throughout the month to maintain a weed-free site Each $ 96.52 Pesticides-Contractor supplies chemicals&application 36 Turf,Groundcover,Shrubs,Trees: Insecticides,applied to all areas as-needed throughout the month Each $ 107.18 37 Turf,Groundcover,Shrubs,Trees: Fungicides,applied to all areas as-needed throughout the month Each $ 107.18 38 Turf,Groundcover,Shrubs,Trees: Herbicides,applied to all areas as-needed throughout the month Each $ 107.18 Wet Checks- Test,Check Solenoids&Wiring,Unclog Nozzles,&Adjust Spray Patterns 39 Bi-weekly WeatherTRAK Controller System-wide Cell Phone Operation of All Zones Week $ 132.80 CPO Exhibit B-Fee Schedule #25-8356 Golden Gate MSTU Grounds Maintenance Additional Maintenance Services E. I Upon Direction of the MSTU Project Manager HOURLY RATES-SERVICE: (Regular business hours*) Item Description UOM Unit l'rice 40 Supervisor (per staff hour) Hour $ 55.00 41 Laborer/Helper (per staff hour) Hour $ 35.00 42 Irrigation Supervisor (per staff hour) Hour $ 55.00 43 Irrigation Technician (per staff hour) Hour $ 45.00 44 Small Project Services (per staff hour) Hour $ 35.00 FERTILIZATION:Turf, Groundcover,Shrub,Tree,&Palm (Granular-County supplied / Liquid-Contractor supplied) Item Description r UOM Unit Price 45 8-0-12-180 Approx 130 bags total @ 50 lb/bag,2 apps/year(65+65)-Application Price/Bag 50 LB Bag $ 65.00 Turf,Groundcover,Shrubs,Trees 46 0-0-22 (So-Po-Mag) Approx 4 bags total @ 50 lb/bag,2 apps/year(2+2)-Application Price/Bag 50 LB Bag $ 65.00 Palms Application Labor Only-Application Price/Bag 47 50 LB Bag $ 25.00 Granular Fertilizer,Micronutrients-County Supplied 48 Application Labor&Materials-Drench LF $ 1.75 Sequestrene Iron-Contractor supplied 49 Application Labor&Materials-Spray SF $ 1.95 20-20-20 w/Ferromec AC 13-0-0 plus 6%Iron-Contractor supplied LIGHT POLE CLEARING Item Description UOM Unit Price 50 Lumec Lamps Spider Webs-Remove from lens face of fixture (Approx 15 ft height) Hour $ 55.00 51 Lumec Lamps Tree Limbs-Remove from lens face of fixture (Approx 15 ft height) Hour $ 55.00 MULCH APPLICATION(2 cubic foot bags) Item 1 Description UOM Unit Price 52 Application labor-only rate,per 2 cubic ft bag (County-supplied Mulch) Bag _ $ 6.00 53 Application labor&materials rate,per 2 cubic ft bag (Contractor-supplied Mulch) Bag $ 12.00 Alternate Services F. I Upon Direction of the MSTU Project Manager STRUCTURAL PRUNING-TREES (Canopy&Ornamental) April &September (Labor,Materials,Equipment,plus MOT as-needed) Item Description UOM Unit Price 54 Dwarf Jatropha Each $ 25.00 55 East Palatka Holly Each $ 25.00 56 Hong Kong Orchid Each $ 25.00 57 Hopi Crape Myrtle Each $ 25.00 58 Muskogee Crape Myrtle Each $ 25.00 59 Natchex Crape Myrtle Each $ 25.00 60 Pink Trumpet Each $ 25.00 61 Silk Floss Trees Each $ 25.00 62 Virginia Live Oak Each $ 65.00 lf'° Exhibit B-Fee Schedule #25-8356 Golden Gate MSTU Grounds Maintenance STRUCTURAL PRUNING-PALMS (Fronds,Seed Pods,&Boots) April &September (Labor,Materials,Equipment,plus MOT as-needed) Item Description UOM Unit Price 63 Alexander Palm Each $ 25.00 64 Paurotis/Everglades Palm Each $ 25.00 65 Foxtail Palm Each $ 25.00 66 Sabal Palm/Cabbage Palm Each $ 35.00 67 N/A 68 N/A TREE& PALM STAKING&RESETING (Labor,Materials,Equipment,plus MOT as-needed) Item Description UOM Unit Price 69 Staking Small Canopy/Ornamental Tree Each $ 170.00 (2x2 posts and guy wire,4"-6"caliper) 70 Staking Large Canopy/Ornamental Tree Each $ 190.00 (2x4 posts,greater than 6"caliper) 71 Staking Small Palm Each $ 170.00 (2x2 posts and guy wire,4"-6"caliper) 72 Staking Large Palm Each $ 190.00 (2x4 posts,greater than 6"caliper) Restanding and Staking Small Canopy/Ornamental Tree 73 I?ach $ 170.00 2x2 posts and guy wire,4"-6"caliper) 74 Restaking Large Canopy/Ornamental Tree Each $ 190.00 (2x4 posts,greater than 6"caliper) 75 Restanding and Staking Small Palm Each $ 170.00 (4"-6"Caliper) 76 Restanding and Staking Large Palm Each $ 190.00 (Caliper greater than 6") EQUIPMENT WITH OPERATOR RATES (Labor,Materials,Equipment,plus MOT as-needed) Item Description UOM Unit Price 77 Bobcat/Skid Loader Each $ 180.00 78 Bucket/Lift Truck Each $ 180.00 79 Mini Excavator Each $ 175.00 80 Stump Grinder Each $ 175.00 81 Truck,Class B or higher Each $ 175.00 82 Water Truck Each $ 150.00 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.) *Hourly Rates outside of regular business hours shall be billed at 1.5 x Regular hourly rates.("Time and a Half") C Exhibit C Affidavit Regarding Labor and Services following this page Page 17 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] 09 AFFIDAVIT REGARDING LABOR AND SERVICES AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED Effective July 1, 2024, pursuant to § 787.06(13), Florida Statutes, when a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Effective January I,2024,a governmental entity may not accept a bid on,a proposal for,or a reply to,or enter into,a contract with an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet any of the following criteria: (a)the entity is owned by the government of a foreign country of concern: (b)the government of a foreign country of concern has a controlling interest in the entity;or(c)the entity is organized under the laws of or has its principal place of business in a foreign country of concern. Effective July 1,2025,when an entity extends or renews a contract with a governmental entity which would grant the entity access to an individual's personal identifying information,the entity must provide the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c),§ 287.138,Florida Statutes. Nongovernmental Entity's Name: Superior Landscaping&lawn Service, Inc. Address: PO Box 35-0095,Miami,FL 33135 Phone Number: 305-634-0717 Authorized Representative's Name: Orlando Otero Authorized Representative's Title: President — Email Address: orlando@superiorlandscaping.com I, Orlando Otero (Name of Authorized Representative), as authorized representative attest under penalty of perjury that Superior Landscaping & Lawn Sell(Name of Nongovernmental Entity) does not: (I) use coercion for labor or services as defined in § 787.06,Florida Statutes.and(2)the nongovernmental entity is not(a)owned by a government of a foreign country of concern,(b)that a foreign country of concern does not have a controlling interest in the entity, a d (c) that the entity is not organized under the laws of or has its principal place of business in a foreign country of cone =II as pro 'bited under • ::7.1'':,Florida Statutes. der renal .f per; r,, •e are to hay:- .: the foregoing Affidavit and that the facts stated in it are true. .4hIsm— 06n 8/2025 ' gnature of a zsentativ,: Date STATE OF FLORIDA COUNTY OF MIAMI-DADE Sworn to(or affirmed)and subscribed before me,by means of®physical presence or 0 online notarization this 1BTH day of JUNE ,20 25 ,by Orlando Otero (Name of Affiant),who produced his Florida Driver's License as •( n ••fication. ,... --tea — — I ;:as7Pi; SANDRA YANIRA ARROYO _° " �'_. Notary Public-State of Florida Ve' ,' /Not ry Public �n e`-' Commission k HH 378495 /J `.Z of r4 My Comm.Expires Apr 24,2027 ` Bonded through National Notary Assn. 04-24-27 fo—.►— - -Ili Commission Expires Personally Known II OR Produced Identification 0 Type of Identification Produced: Personally Known CONTRACT RENEWAL OR EXTENSION REQUEST FORM Version:2025.1 Other Exhibit/Attachment Description: Attachment A FIl following this page (pages 1 through 5 ) I this exhibit is not applicable Page 18 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.11 Attachment A-WORK AREAS f 40/ E k 1 Area la - Green Blvd: Disregard I NOT MSTU MAINTAINED , 0 1 1 wi a -PLIII ��� , , . ` 4 fy`'>`; :, f• .' ''FY maw GOLDEN GATE MSTU ROADWAYS MAINTENANCE BID: WARM AREAT:1�-Grime.,OI d. & 1 d 18 th Ave SW SHEET No.1 Attachment A-WORK AREAS 40 N, rA p No 1 ._, ___..., ---',.-- - — ,. - — ‘,4,-,, lir"'— '.„.„,:w.„ -"174::.-1-. -- •"; *" lr„, .- ,-*'' ' ..121-6 1 c '--...' •4'. '- 4 ile. L '1- L. giot_—.4'44v. . ,,04 1, k 4 4 -, is1 ,.", . ,A,,,,, 4 •h* i At*4.% s,444 1* , .t r,, ii i, I I i, Ai. ,ii__I, V sj;,,4.j*, .,i, ., „ -A ......1" 4,11!"44' . ,z,,4 --11- -.—!`":-'14 — '',-, t ' ' * s, - •...te... „ it 441 I. I 1 j t .. . = Xi 7- ,,.A.I-101-4 rq * ' -'-'4 ' *i 4 • 1,It 4', , ‘,"'ir4k 4 ri, .ci,,f, T i 'A_it 444 ... , ) -P'.--k, 1, r.* 4 4 _ 1.__,... . Ji ''',IIS .. l.* '4Viltr'1:* :4*7'),• ,k.74,1i--V**4* 40: „ - . ,,, , - ... , . _; ,1-, s.41.6, 1, tt r...,,,,,,,,t,. ;,. it,e I. . . . I.". i 4- t 4• `1* '-4 ' 4 " Niu . .... , ' '' ' ..-7.': r" 1 ,..4 1 a Li' ,- ,*)- ,....I" .-1`, k: ,—1 _t 4 t _Jr - ....-. 1, 4.,.. ,T,s_ • ,,,,,.. .: .:•, ,,,,,,t,- V ; i. t, , 1., • ,,,c -:11ilkaktkk.• ,ek,: 410‘,..* ',., 7 L'' ../ T _!I j, , .,,,,,i t....4.e,, , ,. ,..,,e , ' - /A_ 44 4 ,•- .---1-,' . t 4ha .... . ,- -st, z.-v-.- , , .1. : t'Jt...Ai-,,-*•4 ,--'4 f,7 ' r'4-,,..:•,%, ‘.'. ! — 14 , ' At4 - 4, .'. dp '-,- .•..., .'46?-‘'.:, i S• if a , cr„z . „ . it„ , . • -• . 4, ( 1 ., . ,;.- ., 4 t .1. ‘ p . . '•1,/,.r..; * , I ill IR I*A *;-,./t.;_44A * *°.'...1 • 'i ,-,.. x .0. elk, . • 4 pl#44 ' 4,0 •• s Ns. itA:,r,:r1 ' .t‘ Z a ' t.' 4. 't'l'Ir ' ' '' - ' .V<., * * . 4 / - .,.40 ar,..,si, . -J. , 4 -; t '''' ,e" 4-Je . , ' „or ' A oe* .. 4:".*4 '144 iii 1 P .''' ',A .0 i ., At'', e' 4tiiii " 0.'; ' , !,4 1:1"; F•ri:,Pi'-to , .t • GOLDEN GATE MSTU ROADWAYS MAINTENANCE BID: SHEET No.2 WORK AREA:lb-Sunshine Blvd. &Work Area Id Attachment A WORK AREAS ..,x iiP-i'k..: ... 'rJ1�r F ' '1 tst '-r F- 4.____ __, _,. ,,. ,,, : l',..eq, ,. 4 z ts 4, �, , r s - i • ..t k 4., ,.... , Irl 4 .—t41 � a ; ' el,..,Ft„‘„„sii,l. ri--.1.V.4 _ 4 dlo, v--11 .1 '. w „ t, ....' ,,, , - ) _ +4i �: v er a _ � a 14:k.. ''' /k;` a ty,tt .-. J.. y,�' ) v, is i.. wlii, s SIF iiiiilli 31 4. ;.� << 6 I fA' F` , '7 ` mix a i. _, z u.—�- -:T+b�+ .x 9 ^t —.i I , 7 }�Jf ti "wiV -.... r. s. • 4 ,41 , * , ,Ft p A ,,,,„. ,,,,, ,,„...„,„./ , ... ,...., , \„, ,., 7 ,,,,, � r kt 4 - N.... .,,,,. , „..,,,, k 4. , 1 . ri, ,41., ?? • `..,f43•.: s It• ,,,,. ''`, '''.-9' ''' SiiiriA r. •,`... ',401 .2'4'4:\ lk. •446„ ` •1•• 't ‘os a .41\41) ,sue ..s, 4 .'4 '' 4 CT T:. W°-a • '.�, got tilt''' ,, , . y is. 10 4 ` 3 `,,t i >p a d SIC . r �I. U I . R'�#� ,0Fa �►-''1 nW 4 .> '+�. r 44 ' +w ' t fir• *1 , I), .44, p:t* GOLDEN GATE MSTU ROADWAYS MAINTENANCE BID: WORK AREA: 1c-Tropicana Blvd., &Work Area le SHEET No.3 Attachment A-WORK AREAS iiitiN ►&I/ Villita' ix„..fit !� y , , erp F ' � y , t ,j " w � + a irt Y :Id8 .. r ,air ' , �4? !1F 2 4 40. .. N, 0 4 Atti"C'''4./4 *. ,1,4, 1 *,'„fr 1' Ai,.410 I.cr,, ,k ,' ' *N.,'i !,i,...7,,;':• 147 - \# *if.,--....4-- ir , ,7. ' i #00,,0''4,,,, , ,4 ,':it ,A 40 \ . \it*, , , ,. . 6 10,;, ,L „,-- 3 ii tT tf. ) . yr al+.� � �y v�' +y of A , _ . "+a •,.wtr T' 7 �t P � ° � ` ,t_-,* • , h T . , ‘ :,..t.. ,,,I, i _ •' 4. ' . Y. • �, __% .,',. t e, AV . „3�[•;. ' "4 ' r' "'''' :'� .t 4^ - .��• � e* "t '0 ir'wy° YMi i"`w ,� y 1 t ,* - I . '°'''''' ' 4, , ._ ?,,Arr *v. r.- r- , ... 0 I 1, - . 2 • .. f r a« "�. __`yr R"` "``•_ + '7�, r. x ft. yiittit. R .#10�1 +(�.i�411.. `n.F,_:_ 7.r k.i{y� .' •41 ` (� 1 1 ,7 1�1r 4, 40,, f y k, r' 1 .1, �"` };y t"t � ` ( +r =t� p e „+R .t � '}3 ,.', :.,„. A,„to ,. "t*At -1 ,i [ a .F. . �,ra 't*Iiti , .! GOLDEN GATE MSTU ROADWAYS MAINTENANCE BID: SHEET No.4 WORK AREA: 7f-Coronado Pkwy. Attachment A-WORK AREAS iiiikeN r. i ' ' , * i* A-""' ,t ,,,,,,, .10-17 '_., ' .. -, , ., r, -7-- -,.., lti - T;" 4: t 44 ...--,, 41,,,:k — ' ,' II' ' ,,,t p.---k-s, 4 ., poll*• t ♦ '' � 'k , J g+ t. K 5 �'' t y� ".TTTy" l y;,, L' [� a*, . 'it, pig.- r 0a.3 t �.wi /: i'ebt *�b4, .. _,.' ace ^ a tl it r''.rr-�r `?_�,..' . T ,, 4' °, � � P#+ a (tit! st aaaeeerrr. 4 4„„ 4i:i_ �; .1'w * � rL• , ,„1. /‘..0.r.k. ri..• ' ,t 4 t ' $ a xJ� 1i1+ ( tf�z �O 47 04, 40 I ;11F ': IL t+.1 ' '' 1 _ f . k r'xiiii, ;.- .p,,‘ Oi 17,.;,,.. ,,./. * 8 '4 ,* w;` 'i. . 4,.t.100.... 4 6('. F 'i ++• '^ ice•^ ' 9-,4""i:"� �* , S .1 s.�r ��'A� l' , �j- yi :.�y,� t �y__,. Jc a .,i 'i , { 1' L' L 'y' trt y t i, ,..,1 \ A i A 14- k .,yWt. 1` . .s �.. , 111-'4,f .,,,, 1 ht.* ''4 * ,, St t ..4..,,,r; 1 I'4 4 'w••F ' *...*i -PI 'A,-/ *-,00%**.',' /4 1 011 ...le GOLDEN GATE MSTU ROADWAYS MAINTENANCE RID ,j r4'�-.=..a . rk_',.. ""5`. •:( WORK AREA:1g-Hunter Blvd. + r SHEET No.5 Other Exhibit/Attachment Description: Attachment C Plant Maintenance IN following this page (pages through 3 ) flthis exhibit is not applicable Page 19 of 20 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] Attachment C Plant Maintenance Plant Specific Maintenance Common Name Scientific Name Trimming Guidelines Ground Covers African Iris Dietes iridioides • Maintain 24" ht. in line of sight areas. (White) • Frequency: As needed African Iris Dietes bicolor • Maintain 24" ht. in line of sight areas. (Yellow) • Frequency: As needed • Remove dead or diseased foliage and Blueberry Flax Lily Dianella tasmanica flower stalks 'Variegata' • Frequency: April and October • 75% rejuvenation cut only upon Bulbine Bulbine frutescen • Uniform shape to 18" ht. in limits of clear sight areas (Orange) 'Hallmark Orange' • Frequency: As needed Bulbine • Uniform shape to 18" ht. in limits of (Yellow) Bulbine frutescen clear sight areas • Frequency: As needed • Remove dead or diseased foliage and Coontie Zamia pumila seed cones • Frequency: As needed • Uniform shape to 18" height in clear o Crown of Thorn Euphorbia milii sight areas (Dwarf) 'Fireball or Rosy' g • Frequency: As needed • Uniform shape to 24" ht. in limits of Juniper chinensis areas clear Juniper Parsonisight Parsonii • Frequency: As needed • Mow at 4 inch blade ht. to tip foliage Perennial Peanut Archis glabrata 'Ecoturf' • Frequency: Once per year in June • Mow at 4 inch blade ht. to tip foliage Perennial Peanut Archis pintoi • Frequency: Once per year in June 'Golden Glory' • Maintain<18" ht. in line of sight areas Society Garlic Tulbaghia violacea • Remove flower stalks after bloom • Frequency: As needed 25-0000 Golden Gate MSTU 1/3 Attachment C Plant Maintenance Plant Specific Maintenance Common Name Scientific Name Trimming Guidelines • No pruning necessary except to remove dead or diseased foliage 0 Spider Lily Hymenocallis latifolia • Frequency: As needed • 100% rejuvenation cut only upon approval Shrubs • Maintain 24" rounded ht. within limits Bougainvillea Bougainvillea glabra of clear sight areas • Frequency: Remove shoots weekly (Dwarf) 'Helen Johnson' • Bi-seasonal 50% heavy reduction only upon approval • Maintain 36" rounded ht. Bougainvillea Ms. Bougianvillea spp. 'Ms. • Maintain 1 ft. offset from walkway Alice' Alice' Singapore edges White • Frequency: Remove shoots weekly • Bi-seasonal 50% heavy reduction • Maintain 36" rounded ht. Bougianvillea spp. • Maintain 1 ft. offset from walkway Bougainvillea 'Silhouette' Singapore edges 'Silhouette' Pink • Frequency: Remove shoots weekly • Bi-seasonal 50% heavy reduction • Trim to 36" rounded ht. • Maintain up to 48" rounded ht. O • Frequency: As needed for shape and Bush Allamanda Allamanda schottii to remove dead stems • Seasonal 50% heavy reduction upon approval in late March • Trim to 36" rounded ht. Firebush Hamelia patens • Maintain up to 48" rounded ht. (Dwarf) 'galbra' • Frequency: As needed • Maintain 30" rounded ht. and to Ilex Ilex vomitora 0 required bed shape 'Schillings' 'Stokes Dwarf' • Frequency: As needed • Maintain 36" rounded ht. and to Ixora coccinia O Ixora required bed shape 'Nora Grant' • Frequency: As needed • Trim to 36" rounded ht. Plumbago auriculata • Maintain up to 48" rounded ht. 0 Plumbago 'Imperial Blue' • Frequency: Remove shoots weekly 25-0000 Golden Gate MSTU 2/3 Attachment C Plant Maintenance Plant Specific Maintenance Common Name Scientific Name Trimming Guidelines • Maintain hedge at 72" ht. and to O Podocarpus Podocarpus required bed shape macrophyllus • Frequency: As needed • Trim to 36" rounded ht. • Maintain up to 48" rounded ht. Schefflera Schefflera arboricola • Maintain 24" rounded ht. in limits of (Dwarf) 'Trinette' clear sight areas • Frequency: As needed Accent Plants • Trim lower leaflets to remove dead or O Crinum Lily Crinum asiaticum diseased folage • Frequency: As needed • Remove dead plants and trim lower Aechmea blanchetiana Bromelaid Raspberry' leaflets to remove dead or diseased folage • Remove dead plants and trim lower Bromelaid Neoregelia carolinae leaflets to remove dead or diseased 'Tricolor' folage Native & Ornmental Grasses • No pruning necessary except to Liriope muscari remove dead or diseased foliage Liriope grass 'Big Blue' • 75% rejuvenation cut only upon approval • Trim level at 2" above grade • Frequency: After blooming or in March Pink Muhly grass Muhlenbergia capillaris and July for 100% rejuvenation • Trim level at 2" above grade Sandcord grass Spartina bakeri • Frequency: Once per year in July for 100% rejuvenation, if needed Hedges • Maintain to 9 foot height O Clusia, Guttiferae, • Flat top, front & back sides O Podocarpus Macrophyllus • Frequency: trim twice per year O Plants Not Currently Installed 25-0000 Golden Gate MSTU 3/3 Other Exhibit/Attachment Description: Attachment D Service Report 'Hi following this page (pages 1 through 2 ) lthis exhibit is not applicable Page 20 of 20 Fixed Term Service Multi-Contractor Agreement [2024 ver.1] CAO Attachment D Service Report SERVICE REPORT 25-0000 GOLDEN GATE MSTU GROUNDS MAINTENANCE CHECK-OFF EACH SERVICE LINE ITEM PERFORMED Regular Maintenance Services: Attachment A-Work Areas A #1 Sunshine Blvd(Attachment A-Work Areas lb& Id,sheets 1&2) Includes un-irrigated medians on 18th Ave SW @ 40th Ter S and 18th PI SW @ Sunset Rd Item Description Qty* UOM Completed Basic Grounds Maintenance 1 Pre-Service Cleaning-All Areas 52 Week 2 Weekly Mowing/String Trimming&Edging-Medians 52 Week 3 Bi-weekly Mowing-only,(1)Commercial Mower Pass-side ROW's 26 Week 4 Monthly General Trimming&Pruning-All areas completed once per month 12 Month 5 Weekly Post-service Cleaning-All Areas 52 Week Wet Checks- Test,Check Solenoids&Wiring,Unclog Nozzles,&Adjust Spray Patterns 6 Bi-weekly WeatherTRAK Controller System-wide Cell Phone Operation of All Zones 26 Week Weeding-Hand&Chemical 7 Shrubs,Plants,Groundcovers:as-needed throughout the month to maintain a weed-free site 12 Each Pesticides-Contractor supplies chemicals&application 8 Turf,Groundcover,Shrubs,Trees: Insecticides,applied to all areas as-needed throughout the month 1 Each 9 Turf,Groundcover,Shrubs,Trees: Fungicides,applied to all areas as-needed throughout the month 1 Each 10 Turf,Groundcover,Shrubs,Trees: Herbicides,applied to all areas as-needed throughout the month 1 Each B. #2 Tropicana Blvd (Attachment A-Work Areas lc&le,sheet 3) Includes pedestrian shelters on Tropicana Blvd @ 31st Ave SW and 30th P1 SW @ Tropicana Blvd Item Description Qty* UOM Completed Basic Grounds Maintenance 11 Pre-Service Cleaning-All Areas 52 Week 12 Weekly Mowing/String Trimming&Edging-Medians 52 Week 13 Bi-weekly Mowing-only,(1)Commercial Mower Pass-side ROW's 26 Week 14 Monthly General Trimming&Pruning-All areas completed once per month 12 Month 15 Weekly Post-service Cleaning-All Areas 52 Week Wet Checks- Test,Check Solenoids&Wiring,Unclog Nozzles,&Adjust Spray Patterns 16 Bi-weekly WeatherTRAK Controller System-wide Cell Phone Operation of All Zones 26 Week Weeding-Hand&Chemical 17 Shrubs,Plants,Groundcovers:as-needed throughout the month to maintain a weed-free site 12 Each Pesticides-Contractor supplies chemicals&application 18 Turf,Groundcover,Shrubs,Trees: Insecticides,applied to all areas as-needed throughout the month 1 Each 19 Turf,Groundcover,Shrubs,Trees: Fungicides,applied to all areas as-needed throughout the month 1 Each 20 Turf,Groundcover,Shrubs,Trees: Herbicides,applied to all areas as-needed throughout the month 1 Each C. #3 Coronado Pkwy (Attachment A-Work Area If,sheet 4) Item Description Qty* UOM Completed Basic Grounds Maintenance 21 Pre-Service Cleaning-All Areas 52 Week 22 Weekly Edging-only-Medians 52 Week 23 Bi-weekly Mowing-only,(1)Commercial Mower Pass-side ROWS 26 Week 24 Monthly General Trimming&Pruning-All areas completed once per month 12 Month 25 Weekly Post-service Cleaning-All Areas 52 Week Wet Checks- See item D,WeatherTRAK control enclosure is on Hunter Blvd Weeding-Hand&Chemical 26 Shrubs,Plants,Groundcovers:as-needed throughout the month to maintain a weed-free site 12 Each Pesticides-Contractor supplies chemicals&application 27 Turf,Groundcover,Shrubs,Trees: Insecticides,applied to all areas as-needed throughout the month 1 Each 1/2 CA.O Attachment D Service Report SERVICE REPORT 25-0000 GOLDEN GATE MSTU GROUNDS MAINTENANCE 28 Turf,Groundcover,Shrubs,Trees: Fungicides,applied to all areas as-needed throughout the month 1 Each 29 Turf,Groundcover,Shrubs,Trees: Herbicides,applied to all areas as-needed throughout the month I Each D. #4 Hunter Blvd (Attachment A-Work Area lg,sheet 5) Item Description Qty* UOM Completed Basic Grounds Maintenance ❑x 30 Pre-Service Cleaning-All Areas 52 Week 31 Weekly Edging-only-Medians 52 Week 32 Bi-weekly Mowing-only,(1)Commercial Mower Pass-side ROW's 26 Week 33 Monthly General Trimming&Pruning-All areas completed once per month 12 Month 34 Weekly Post-service Cleaning-All Areas 52 Week Wet Checks- Test,Check Solenoids&Wiring,Unclog Nozzles,&Adjust Spray Patterns 35 Bi-weekly WeatherTRAK Controller System-wide Cell Phone Operation of All Zones (Hunter&Coronado) 12 Week Weeding-Hand&Chemical 36 Shrubs,Plants,Groundcovers:as-needed throughout the month to maintain a weed-free site 1 Each Pesticides-Contractor supplies chemicals&application 37 Turf,Groundcover,Shrubs,Trees: Insecticides,applied to all areas as-needed throughout the month I Each 38 Turf,Groundcover,Shrubs,Trees: Fungicides,applied to all areas as-needed throughout the month I Each 39 Turf,Groundcover,Shrubs,Trees: Herbicides,applied to all areas as-needed throughout the month I Each 2/2 BCC Meeting Date/Assigned Attorney/Item Number: Oz. SAT lO QZA Type of Contract. Contract No: 25-3354 Contract Checklist Entity Name Surerkr La645CGypj l d' t,.h Florida Department of State Sunshine/ Law Requirements Entity correct on contract? V 119.0701 Contracts; public records.— Entity registered with Dept.of State?V (a) The following statement,in substantially the following Person signing contract an officer per Dept.of State?A.7 form,identifying the contact information of the public agency's custodian of public records in at least 14-point boldfaced type: Insurance IF THE CONTRACTOR HAS QUESTIONS REGARDING THE Insurance certificate included?/ /' APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO Contract/Project referenced on certificate?�'( 0,A(( r K THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,CONTACT THE Certificate holder BCC(MUST HAVE)? CUSTODIAN OF PUBLIC RECORDS AT (telephone number e-mail address,and mailing address) . Commercial General pability (b) A provision that requires the contractor to comply with Each Occurrence $ IAN $ public records laws,specifically to: Damage to Rented Premises$ $ I. Keep and maintain public records required by the public Med Exp$ $ agency to perform the service. 2. Upon request from the public agency's custodian of public Personal and Adv Injur $ $ records,provide the public agency with a copy of the requested General Aggregate$ 2" $ j/Jrl - records or allow the records to be inspected or copied within a Products-COMP/OP AGG $ $ reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. Automobile Liability 11 3. Ensure that public records that are exempt or confidential Single Limit(each accident) $ 1/bli $ (/1'1 and exempt from public records disclosure requirements are not Bodily injury(per person) $ $ disclosed except as authorized by law for the duration of the Bodily injury(per accident) $ $ contract term and following completion of the contract if the contractor does not transfer the records to the public agency. Property damage(per accident)$ $ 4. Upon completion of the contract,transfer,at no cost,to the public agency all public records in possession of the contractor or Umbrella Liability keep and maintain public records required by the public agency to Each occurrence $ SM perform the service.If the contractor transfers all public records to Aggregate $ the public agency upon completion of the contract,the contractor shall destroy any duplicate public records that are exempt or Worker's Compensation and Employers' Liability confidential and exempt from public records disclosure WC Statutory Limits t� $ IM requirements.If the contractor keeps and maintains public records upon completion of the contract,the contractor shall meet all Each Accident $J applicable requirements for retaining public records.All records Disease(Each employee) $ $ stored electronically must be provided to the public agency,upon Disease(Policy Limit) $ $ request from the public agency's custodian of public records,in a format that is compatible with the information technology systems Other Insurance of the public agency. Professional Liability ***Must contain this language in every contract. Each Claim $ $ Each Aggregate $ $ Signature Blocks Person who signed contract is eligible per Dept.of State?'� County required to be named as additionally insured?'" Title correct and listed under signature?.' / County actually named as additionally insured?✓ Proper number of witnesses/notary?/ Same witnesses on both contracts? Indemnification Chairman's signature block? *" Indemnification included in County requirements?*/ Clerk's attestation signature block?' Who is being indemnified in contract? 4 fl r, f/ County Attorney signature block?-/ Bonds Attachments Performance Bond? All attachments included in both copies of contract? Public Payment Bond? Bid Contract Attachments: Bid Bond?(If necessary,5%of amount approved) A. H. B. I. ***Bonds must match dollar amount exactly as BCC C. J. approved per Agenda Recaps. D. K. E. L. ***Risk has reviewed any contract with an insurance F. M. certificate. G. N. Review by: Initials: Date: 3 /S A CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 5/22/2025 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). PRODUCER CONTACT Keyes Coverage Insurance PHONE Carlos Cardozo FAX PO Box 26570 (A/C.No.Ext):954-724-7000 (A/C,No):954-724-7024 Fort Lauderdale FL 33320 ADDRESS: ccardozo@keyescoverage.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Palms Insurance Company,Limited 46216 INSURED 33270 INSURER B:Bridgefield Casualty Ins Co 10335 Superior Landscaping&Lawn Service, Inc.PO Box 35-0095 INSURER C:Greenwich Ins Co 22322 Miami FL 33135 INSURER D:Westchester Surplus Lines Insurance Company 10172 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1054536323 REVISION NUMBER: 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. INSRLT TYPE OF INSURANCE INSDDL WV POLICY NUMBER /Y SUBR D POLICY EFF POLICY EXP LIMITS (MM/DDIYYYY) (MM/DDYYY) C X COMMERCIAL GENERAL LIABILITY y y NGL-1008397-01 12/1/2024 12/1/2025 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $100,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X POLICY X jE LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS (Per accident) A X UMBRELLA LIAB X OCCUR Y Y RN-7-0508312 12/1/2024 12/1/2025 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED RETENTION$ $ B WORKERS COMPENSATION Y 196-60932 0000 5/22/2025 5/22/2026 X STATUTE OTH - ER AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE N N/A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D G71670478 001 4/23/2024 4/23/2026 AGGREGATE 1,000,000 OCCURRENCE 1,000,000 Newly Acquired Limit 250,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Certificate Holder is Additional Insured on a primary and non-contributory basis with regards to General Liability&Auto Liability for any and all work performed on behalf of Collier County.when required by written contract.Waiver of subrogation applies to the Additional Insured with regards to General Liability,Auto Liability&Workers Compensation when required by written contract.For any and all work performed on behalf of Collier County. CERTIFICATE HOLDER CANCELLATION 30 Days Notice/10 Days for Non-Pay SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Collier County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail E. Naples FL 34112 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD Aco CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) �►/ 12/09/2024 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 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). PRODUCER CONTACT Bernardo Valencia NAME: StateFarm Rodrigo Planter Insurance Agency A/CONN ExtL 305 705 2559 FAX (A/C,No): 0+ 2018 NE 164th st. AIL ADDRESS: bernardo@rplanter.com INSURER(S)AFFORDING COVERAGE NAIC# N Miami Beach FL 33162 INSURER A: State Farm Mutual Automobile Insurance Company 25178 INSURED INSURER B SUPERIOR LANDSCAPING&LAWN SERVICE INC INSURER C: PO BOX 350095 INSURER D: MIAMI FL 33135-0095 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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. INSR ADD SUB POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO- POLICY JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY K94 5581-F19-59 06/19/2024 06/19/2025 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ XHIRED NON-OWNED PRUPERIYDAMAGE AUTOS ONLY X AUTOS ONLY (Per accident) $ MEDICAL EXPENSES $ 5,000 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER $ ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT OFFICER/MEMBER EXCLUDED? N/A $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 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. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Collier County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail E AUTHORIZED REPRESENTATIVE Completed by an authorized State Farm representative.If signature Naples FL 34112 is required,please contact a State Farm agent. ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 1001486 132849.14 04-13-2022 DIVISION OF CORPORATIONS s izit/ J!Y! 101I ri]. /:org DI)�rJ r 1 I_; un a/(e to!Stutr nt I/ iirlu :rj.,u„ Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation SUPERIOR LANDSCAPING & LAWN SERVICE INC. Filing Information Document Number P98000044604 FEI/EIN Number 65-0838100 Date Filed 05/18/1998 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 12/11/2019 Event Effective Date NONE Principal Address 2200 NW 23RD AVE MIAMI, FL 33142 Changed: 01/12/2005 Mailing Address PO BOX 35-0095 MIAMI, FL 33135 Changed: 03/22/2012 Registered Agent Name&Address OTERO, ORLANDO 2200 N.W. 23 AVENUE MIAMI, FL 33142-6551 Address Changed: 01/04/2005 Officer/Director Detail Name&Address Title PD OTERO, ORLANDO 2200 N.W.23 AVENUE MIAMI, FL 33142 Collier County INSURANCE REQUIREMENTS COVERSHEET Project Name Grounds Maintenance Golden Gate MSTU Vendor Name Superior Landscaping & Lawn Service, Inc Solicitation/Contract No. 25-8356 Attachments nRisk Approved Insurance Requirements n Risk Approved Insurance Certificate(s) Comments The COI is in compliance. Attachments Approved by Risk Management Division Approval: GonzalezGre GnttyiGrleeldy by Date:2025.06.17 Y 15:27:24-04'00'