Loading...
Backup Documents 08/26/2025 Item #16B 7 (Superior Landscaping & Lawn Service, Inc.) ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 6 7 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE • Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management • 2. County Attorney Office County Attorney Office �f c -7/o5 4. BCC Office Board of County Commissioners 15h,, / s'/27 4. Minutes and Records Clerk of Court's Office 9:Sba 07/4)-5 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Cole Chandler/Procurement Contact Information 239-252-8407 Contact/Department Agenda Date Item was August 26,2025 Agenda Item Number 16.B.4 70. Approved by the BCC Type of Document Agreement Number of Original 1 Attached Documents Attached PO number or account N/A 25-8358 Superior Landscaping& number if document is Superior Landscaping& Lawn Service,Inc. to be recorded Lawn Service,Inc. INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be CC signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the CC document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's CC signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on August 26,2025,and all changes made N/A is not during the meeting have been incorporated in the attached document. The County •L I'/// an option for Attorney's Office has reviewed the changes,if applicable. �N � this line. 9. Initials of attorney verifying that the attached document is the version approved by the N/A is not BCC,all changes directed by the BCC have been made,and the document is ready for the S��/^b an option for Chairman's signature. this line. r 1 6 B 7 FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT #25-8358 for Mowing Services THIS AGREEMENT, made and entered into on this ACQ1''day of Aoki- 2095 , by and between Superior Landscaping&Lawn Service, Inc. authorized to do business in the State of Florida, whose business address is 2200 NW 23rd Avenue,Miami,Florida,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 ❑■ upon the date of Board approval; er ❑ ee 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 ❑Notice to Procccd. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ Request for Proposal (RFP) ❑� Invitation to Bid (ITB) ❑ Other ( ) # 25-8358 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ■❑ The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] ChO k f 6 8 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. 3.3 Other Exhibit/Attachment: 3.4 The County reserves the right to specify in each Request for Quotations: the period of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. 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): transferred from the County to the contractor; and, as a business practice there arc no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Time and Materials. The Cei ant„ agrees to pa„the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work(number 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, 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. n 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 18 Fixed Term Service Multi-Contractor Agreement [2025 ver.2] • i • 16B 7 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 "lathes" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. 4.5 (check if applicable) Travel and Reimbursable Expenses: Travel and Rcimbursablc Expenses must be approved in advance in writing by the County. Travel Reimbursements shall be at the following rates: I1ilcagc $0.44.5 per mile Breakfast $6.00 $4-1.09 Dinner $4-9-99 Airfare Actual ticket cost limited to tourist or coach class fare Rental car Actual rental cost limited to compact or standard size vehicles Lodging Actual cost of lodging at single occupancy rate with a cap of no more than $150.00 per night Parking Actual cost of parking Taxi or Airport Limousine Actual cost of cithcr taxi or airport limousine Reimbursable items other than travel expenses shall be limited to the following: telephone long distance charges, fax charges, photocopying charges and postage. Reimbursable items will be paid only after Contractor has provided all receipts. Contractor shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. Page 3 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] i e a 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: 4841 Buckingham Road, Fort Myers,Florida,33905 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: Marshal Miller Division Name: Road, Bridge&Stormwater Maintenance Address: 2885 Horseshoe Drive S Naples, Florida,34104 Administrative Agent/PM: Erik Moltalvo Telephone: 239-252-8924 E-Mail(s): Erik.Motalvo@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 18 Fixed Term Service Multi-Contractor Agreement [2025 ver.2] CAO 1 8 B 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. IUD Commercial General Liability: Coverage shall have minimum limits of $ t,000,000.00 Per Occurrence, $2,000,000.00 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. 01 Business Auto Liability: Coverage shall have minimum limits of$ 1,000,000.00 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. [■I Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$ 1,000,000.00 for each accident. Page 5 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] •s .,. • 168 7 D. ❑ Professional Liabilityj Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performance of profcscional services under this Agreement. Contractor waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not lea; than $ each claim and aggregate. E. fiber Liabilit rL: Coverage shall have minimum limits of$ per claim. F. MI Pollution : Coverage shall have minimum limits of$ 1,000,o0o.00 per claim. G. I I : Coverage shall have minimum limits of$ per claim. H. : Coverage shall have minimum limits of$ per claim. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Page 6 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] 16B I 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 Road,Bridge&Stormwater Maintenance 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, n RFP/ n ITB/ Other #25-8358 , including Exhibits, Attachments and Addenda/Addendum, ❑■ subsequent quotes, and I I Othcr Exhibit/Attachment: 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, Page 7 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] J -4 166 7 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 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] ti` .}• j. 1 8 B I 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. 01 CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project Page 9 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] CAO 'r �. I66 7 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. WnoR NTY 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 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 proccscors 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 of such replacement or repair. Thcsc warranties arc in addition to those implied warranties to which the County is entitled as a matter of law. 26. I I TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, 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. IN PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary Page 10 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] CAO 16B 7 to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. Page 11 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] CAO 188 7 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. I■I KEY PERSONNEL. The Contractor's personnel and management to be utilized for this project 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 the services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service dates. The Contractor shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/or experience. (2) that the County is notified in writing as far in advance as possible. The Contractor shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall align as many people as neces;ary to complete required services on a timely basis, 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. ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its Page 12 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.21 CAO 1 16B 7 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-FMOPSAcolliercountyfl.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 Sheriffs Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 38 SAFETY. All Contractors and subcontractors performing service for Collier County are • equirCJ dud 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 shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. Page 13 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] a 5— f(F 16B 7 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. Kjr e4f Qlerk of the Circuit COLLIER COUNTY, FLORIDA Court arkd; otpt Ids 040e#,,441t1/41,0.44-- By: By: Burt L.Saunders , Chairman Date4 fSEA Atiloiitiic'rp ', he rman's r../... ture only Contractor's Witnesses: Superior Landscaping&Lawn Service,Inc. Contractor DBA B . o tracto first Witness Ignature TType/print signature and tit et TType/pri w to e ' Contr S cond Witness TType/pri t witness nameT A. 'raves as„s For and Legality: y;; yC�ounty Attorney Print Name Page 14 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] i • .1Y15 .... \. 16 Exhibit A Scope of Services ■ following this page (pages I through 5 ) this exhibit is not applicable Page 15 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] 3 1. 16B Exhibit A—Scope of Work 25-8358"Mowing Services" This Agreement will be awarded as follows: Category A: Primary—Chuchi Bush Hog Inc. Secondary—Superior Landscaping&Lawn Service Inc Category B: Primary—John Fideli Landscapes,LLC Secondary—Superior Landscaping&Lawn Services Inc. Category C: Primary—Chuchi Bush Hog Inc. Secondary—John Fideli Landscapes,LLC Category D: Primary—Superior Landscaping&Lawn Service Inc. Secondary—Chuchi Bush Hog Inc. Mowing services are provided in roadway medians, side rights-of-way,retention ponds,pond sites,swales,canals,bridges,or other county- maintained properties throughout Collier County.The Division's mowing cycles are two-week,thirty-day,and Bi-monthly. 1. SPECIFICATIONS: Mowing unit prices include labor, equipment, materials,weed eating, edging,trimming, hand weeding,blowing, litter/debris removal and disposal,and Temporary Traffic Control(TTC),where indicated on the fee schedule. The additional services line item in each category for litter and debris removal is a separate request when litter and debris removal is the only service being requested. The Contractor is responsible for the means and methods to perform the work. 1.1. Equipment:The Contractor shall have the following equipment to perform the services under this Agreement.There shall be adequate equipment to perform the services without downtime and delaying mowing cycles.The Contractor must find other means of equipment when equipment is down so mowing operations are not delayed. The Contractor must routinely check,measure,balance,and sharpen blades to ensure quality mowing cuts.All equipment shall have the manufacturer's installed safety devices for mowing operations to prevent objects from being ejected into traffic.For any equipment found deficient with safety devices,the County Project Manager may request that the Contractor remove the equipment from service until the safety deficiency has been corrected. 1.1.1. Small Area Mowers(commercial grade): Sidewalks and pathways,narrow shoulders,landscaped areas,narrow roadside ditch bottoms,raised landscaped median islands,and narrow-width utility strips where intermediate and large mowing machines are not accessible. 1.1.2. Intermediate Area Mowers(commercial grade):Shoulders,roadside ditch bottoms,raised median islands,various widths of utility strips where large machine mowers are inaccessible,and it is not conducive to using small machine mowers. 1.1.3. Large Area Mowers(commercial grade): Shoulders, front and back slopes,roadside ditch bottoms, and large median islands. 1.1.3.1. The Contractor shall have a minimum of four 15-foot batwing mowers or the equivalent to adequately complete the mowing cycle service period. 1.1.3.2. Large-area mowers shall have a slow-moving vehicle sign at the mower rear,one flashing amber or white strobe light mounted on the equipment that is operational during mowing,and an 18"square,high-visibility orange warning flag mounted on each mowing deck appropriately placed so the.operator's vision is not impaired when mowers are operational. 1.1.4. String Trimmers(Weed Eaters):Reduce roadside vegetation in the mowing area using string trimming equipment as sites are being mowed and,in all areas,where the mowing equipment is not accessible. 1.1.5. Edging:Edge at arterial and collector roads as needed to keep curbs and sidewalks reasonably weed-free. Perform edging with an edger or trimmer,leaving a clean,straight edge no more than one inch from the back of curbs and walks. 25-8358 Mowing Services Page 1 of 5 CAO 4. ,4,214. 16B 1.1.6. Blowers: Blow and remove debris from hardscapes,blowing away from traffic and storm drains following the mowing operations. 1.1.7. Slope Mower or Arm:The mower or arm must be able to mow on slopes between 0°to 31°degrees. 1.1.8. Traffic Control Signs:The Contractor shall have warning signs that read"Mowers Ahead." Signs must meet MUTCD specifications and be placed on the right-of-way facing each traffic lane in both directions.Place signage at the work area at the beginning and end limits. 1.1.9. Arrow Board:The equipment must provide maximum visibility for traffic direction through work zones. 1.1.10. Traffic Cones-must meet the requirements of MUTCD. 1.1.11. Support Vehicles-used for the mowing operations shall be equipped with a revolving or strobe light and marked with the Contractor's business name,business phone number,and the County license number on both driver and passenger doors at the Contractor's expense. 1.2. Mowing Services:The specifications are outlined below so Bidders understand the mowing requirements.Mowing services include litter and debris removal,edging behind curbs,hand pulling weeds,string trimming around all signs,mailboxes,fire hydrants,drainage structures,utility boxes/poles,guardrail posts,mowing areas behind guardrails,where mowers are inaccessible,the Contractor shall string trim to appropriate mowing heights. Provide services in full compliance with all applicable laws, rules, authorities, and regulations as required by local,state,and federal. 1.2.1. Mowing services include medians, ROW, retention ponds, pond sites, ditches, swales, canals, slopes, shoulders, and County-owned or maintained property that may consist of non-ROW property. 1.2.2. When mowing within four feet of the travel lane,operate the equipment in the same direction as traffic flow unless the adjacent lane is closed to traffic.Mowers may operate in either direction when mowing more than four feet from the travel lane. 1.2.3. Parked equipment may be left ovemight in the ROW outside the clear zone.Do not leave equipment in medians ovemight. Service vehicles are prohibited in the medians except when disabled equipment is removed. 1.2.4. Avoid mowing wet grass,operating equipment with dull blades,or mowing at high speeds,causing the grass to be tom or laid over. 1.2.5. No herbicides shall be used under this Agreement;they are strictly prohibited. 1.2.6. Each mowing service includes weeding by hand or string trimming in all areas where mowing equipment is inaccessible. Weeding areas include but are not limited to,sidewalks,asphalt,around guardrail bases,tree grates,curb joints,and median paver tips. 1.2.7. Mowing services shall start AFTER removing all litter and debris. If mowing services result in litter and debris being shredded(confetti)because the Contractor's crew failed to remove the debris and litter before mowing,the Contractor is liable to remove the debris immediately or return to the site within 24 hours to remove the shredded debris. 1.2.8. In swales where vegetation and weeds are protruding above the water,the Contractor shall reduce the vegetation height to 12"above the waterline or as directed by the Division.Mowed vegetation should be directed away from the water,and it is not authorized to remain piled up. 1.2.9. Dry retention mowed height must not exceed 18 inches.The Contractor shall restrict mowing with a 10-foot buffer from the water's edge in areas holding water.Mowing clippings shall be directed away from the water and not allowed to remain piled up. 1.2.10. Wet retention(ponds)mowing that is within 10 feet from the water's edge at the time of mowing;vegetation must be greater than 6 inches in height.Mowing clippings shall be directed away from the water and not allowed to remain piled up. 1.2.11. On the initial cutting cycle,mowing shall start at one end and continue toward the opposite end.Subsequent cycles will follow the pattern adopted from the first cycle unless the Division Representative authorizes a change to the pattern. 1.2.12. Mowing shoulders and medians shall progress concurrently within the limits of the mowed area so that no more than one mile will be left partially mowed at the end of the working day.Cutting grass and vegetation on slopes or around objects using hand tools shall also progress concurrently with the mowing operation. 1.2.13. At the end of each working day,all required mowing should be completed within the longitudinal limits worked.No more than one(1)mile may be left partially mowed. 1.2.14. Each cutting cycle shall be completed in its entirety before new work issuance. 1.2.15. The Division Representative may cease mowing services if the grass is saturated with water;It shall be the Division's discretion that the vegetation is cut to the water surface utilizing hand labor or other equipment.Ditch bottoms or low-lying areas that can be mowed without damaging turf or leaving ruts will be added to the cycle by the Division Representative. Grass that has grown to a level that appears to be outside the established mowing limits shall be mowed when directed. 1.2.16. With each mowing cycle,the Contractor's crew(s)shall string trim around signposts and bases,delineator posts,fence lines, steel beam guardrails and posts,bridge and abutments,barrier walls,end walls,pipes,mitered ends,drainage structures, poles,guys(guywires),mailboxes,landscape plantings,trees,and all other obstacles to provide a neat and even appearance to the entire site. String trimming grass shall be at the same height as finished mowed areas. 25-8358 Mowing Services Page 2 of 5 CAO 1 •8 1.2.17. With each mowing cycle,mechanical edge sidewalk edges,back of concrete curbs,pavers,utility service boxes,streetlight bases,signposts,headwalls,guardrails,timer pedestals,posts,manholes,and other obstacles that require edging equipment. 1.2.18. Mow within 1 to 2 feet from the waterline,tree line,fence line,or ROW line to the extent that batwing mowers reach as conditions allow. Mow all other ROW areas,including steep slopes and wet areas,within 1 to 2 feet. 1.2.19. The Contractor shall determine the means and methods to maintain areas on a slope.It is recommended to a slope or arm mower for mowing locations on a slope or deemed unsafe for a conventional style mower. Slope area types include,but are not limited to,steep slopes,roadside ditch sides and bottoms,canal banks,intersections,overpasses,etc. The slope mowing ratio is 1:3 or less. 1.2.20. Do not scalp.The Contractor is solely responsible for repairing and paying for damages caused by the Contractor,at no additional cost to the County. 1.2.21. Following mowing,edging,weeding,and string trimming,the surrounding areas shall be clear of grass clippings,leaves, debris,and litter from roadways,bicycle pathways,sidewalks,curbs,gutters,and other hardscapes in the right-of-way. A two-foot-wide area measured from the face of the curb and gutters,including tum lanes and medians,shall be cleaned or cleared on each cycle to remove any accumulation of any debris or growth to maintain a neat and safe condition. Do not leave large grass clump clippings in the median roadways,mowing areas,or on sidewalks or pathways. Roadways, parking lots,curb and gutter,sidewalks,and bike paths shall be blown free of grass clippings and debris. Do not direct debris or litter into storm drains,ditches,conveyances,water bodies,roadways,or any other impervious surfaces. All curbs and hardscapes in the mowing areas are to be cleaned of debris with each visit. 1.3. Mowing Categories: Mowing cycles depend on seasonal conditions and budgetary limitations;cycles may increase or decrease as necessary.Additionally,mowing locations and acreages may be deleted,added,or suspended.The additions or deletions may be due to seasonal conditions,lot developments,environmental conditions,construction,land ownership,or other extenuating circumstances. 1.3.1. Category A. Large Machine Mowing with MOT: includes,but is not limited to,ROW,shoulders,slopes,ditches,large median islands,and stormwater retention areas. 1.3.1.1. Mowing cycles include 30-day Rural(monthly)or Bi-Monthly(every other month). 1.3.1.2. Mow to the established limits and the water's edge,as applicable. 1.3.1.3. Rural mowing cut height shall not exceed five inches(5"). 1.3.1.4. Mower cutting widths are 72 inches and above. 1.3.1.5. The equipment shall be able to adjust cutting heights from four inches up to 12 inches. 1.3.2. Category B.Small&Intermediate Mowing with MOT: Includes,but not limited to,areas inaccessible by wide-area mowing equipment.The areas may consist of shoulders,narrow shoulders,sidewalk shoulders,landscape shoulders,roadside ditch bottoms,narrow roadside ditch bottoms,raised curb median islands, raised landscaped median islands,guardrail areas, various widths of utility strips,and similar areas. 1.3.2.1. Mowing cycles include 2 Week Urban and 30-Day Urban. 1.3.2.2. The widths of small machine mowers are 12 inches to 23 inches,and the widths of intermediate machine mowers are 24 inches to 83 inches. 1.3.2.3. Grass heights are no less than three and one-half inches(3-1/2")and shall not exceed five inches(5"). 1.3.3. Category C.Aquatic Small&Intermediate Machine Mowing with MOT:includes,but is not limited to,areas inaccessible by wide-area mowing equipment in and around aquatic areas,drainage easements,embankments,slopes,and roadside ditches. 1.3.3.1. Mowing cycles include 2 Week Aquatic and 30-Day Aquatic. 1.3.3.2. Grass heights are no less than 3-1/2"and shall not exceed 5". 1.3.3.3. The mowing area shall include easement areas and grass from the top of the embankment to 3"above the waterline,as shown in the illustration. Remainder of easement to 3'to above be Twed waterline,to remain 1.3.4. Category A—C.Additional Service: Litter and Debris Removal: A separate line item allowing County Staff to request only litter and debris removal services. Please note: this line item is not in conjunction with mowing services;those services include litter and debris removal in the unit price. The additional service is a stand-alone line item. 25-8358 Mowing Services Page 3 of 5 CAO l .g� 16B 7 1.3.4.1. Litter and debris removal includes,but is not limited to,cans,bottles,paper,junk,garbage,tires,tire treads, lumber,vehicle parts,metal,brush,and sand/dirt accumulation along curbs,pathways,or catch basins. 1.3.4.2. The Contractor is responsible for removing litter and debris,hauling it away,and properly disposing of it. 1.3.5. Category D.Other Services: These services are not on a cycle and may be requested"as needed"by County divisions. 2. GENERAL INFORMATION 2.1. Initial Site Visits: Before the Contractor begins work,the Contractor and County Project Manager shall meet on-site to identify the work areas and limits,maintenance responsibilities,and expectations and to discuss any relevant issues. 2.2. Certification: Valid Maintenance of Traffic(MOT)or Temporary Traffic Control(TTC),Intermediate Level Certification. 2.3. Mowing Spreadsheet:The Division may issue the Contractor a mowing spreadsheet for cycle before services start. 2.3.1. The spreadsheet includes the mowing site,site description,and mowing acres.The County Project Manager may require that the Contractor send daily updates with areas mowed for inspection purposes. 2.3.2. The Contractor shall fill in acres mowed and date mowed cells. 2.3.3. Email the spreadsheet for each completed mowing area(s)within 48 hours for Division inspections. 2.3.4. Invoice submission includes the spreadsheet as a backup. 2.4. Contractor's Work Schedule: The Contractor shall provide work schedules before starting work; THIS IS A MANDATORY REQUIREMENT for inspection services. 2.4.1. Work schedules are Monday through Friday when County offices are open unless approved by the Division. 2.4.2. The schedules must include service dates,times,and locations and be within 24 hours of when the mowing service will occur. 2.4.3. If the contractor changes the work schedule from what was initially submitted,they shall immediately notify the Division Representative. 2.5. Damages: The Contractor shall take precautionary measures to prevent damages to property or objects. Any damages to signs, guardrails,mailboxes,fire hydrants,drainage structures,utility boxes,curbs,and gutters shall be reported by the Contractor to the County Representative in writing via email within 24 hours.The Contractor shall report stop sign damages to the County Representative immediately by phone call and then follow up in writing and sent via email. Any damages caused by the Contractor's crews shall be repaired or replaced at the sole expense of the Contractor within 14 calendar days from when the damage occurred or at a schedule agreed upon by the Division Representative.It shall be the Division's discretion to withhold estimated repair costs from an invoice until repairs are completed and accepted by the Division Representative. 2.6. Delays: The Contractor shall notify the Division Representative of inclement weather delays immediately via phone call. 2.7. Operational Hours:Services are in daylight hours no earlier than 7:00 a.m.,and crews may work up to dusk hours Monday through Friday when County offices are open unless the Division Representative approves different hours and days. 2.8. Maintenance of Traffic(MOT):The Contractor shall have MOT devices for adequate traffic control,and depending on the roadway, it may include signage,arrow boards,message boards,warning devices,barriers,and flagmen. 2.8.1. MOT is required for the safety and protection of the Contractor's employees and motorists during the performance of services in the ROW and medians. 2.8.2. Contractor's sole responsibility for safety in the work zone. 2.8.3. MOT shall conform to the latest edition of the FDOT,Design Standards,600 series,and The Manual on Uniform Traffic Control Devices(MUTCD) 2.8.4. The Contractor or sub-contractor will be required to have current FDOT approved MOT Intermediate Level Certification for FDOT,Design Standards,600 series for work in ROW medians and roadways. 2.8.5. The Contractor's employee responsible for the setup and maintenance of the traffic control plan shall possess FDOT approved certification in their name,and they must be readily available within twenty(20)minutes of the initial contact for work zone safety issues. 2.9. Payment Measurement Methods:The unit of measure for all line items is per acre. 2.10. Inspections(if applicable):The Division inspector may randomly conduct on-site inspections while the Contractor is performing services. 25-8358 Mowing Services Page 4 of 5 CA0 1 6 B 7 2.11. Vehicles&Trailers Markings: The Contractor shall display vehicles and trailers with the Contractor's business name and phone numbers during working hours. 2.12. Key Personnel: The Contractor shall provide the Division with key personnel as a point-of-contact readily available while services are being performed. 2.12.1. Provide email addresses and cell phone numbers. 2.12.2. Must be English speaking and be able to communicate with County Staff effectively. 2.12.3. If essential personnel are absent,the Contractor shall immediately notify the Division with substitute personnel,providing their names and contact information via email. 2.12.4. The Division reserves the right to remove key personnel from the contract who fail to communicate with County staff. 2.13. Meetings:Either party may request meetings throughout the contract term,and attendance may be mandatory.The County does not incur additional costs for these meetings. 2.14. Compensation: Payment approval for invoice submissions must be accurate and complete with details for services performed or commodities purchased. Invoices for completed services shall be submitted to the Clerk of Courts,Finance Division,within seven(7) calendar days. 2.14.1. The Division Representative shall review invoices for completed services. 2.14.2. The Division Representative shall reject inaccurate invoices without required backup documentation. 2.14.3. At a minimum,invoices must include the Division Name,Contract Number,Purchase Order Number,Work Order Number (if applicable),and fee schedule line-item numbers and descriptions. 25-8358 Mowing Services Page 5 of 5 CAp or— t. 16B Exhibit B Fee Schedule following this page (pages 1 through 1 ) Page 16 of 18 Fixed Term Service Multi- Contractor Agreement[2025_ver.2] 166 1 Exhibit A-Fee Schedule 25-8358"Mowing Services" Superior Landscaping&Lawn Services Inc.wilt be awarded Primary Vendor for Category D and Secondary Vendor for category A and B Cycles Acreage Category A.Large Machine Mowing with Temporary Traffic per Fiscal Unit Price Item Total Price Control(TTC) Year Approximat Per Acre Approx. e A Bi-Monthly 6 10 $ 27.00 $ 270.00 A.2 30 Day Rural 12 1870 $ 27.00 $ 50,490.00 A.3 Additional Service: Litter Pickup&Debris Removal w/MOT 2 1880 $ 14.00 $ 26,320.00 Bid Total: Bid Total $ 77,080.00 Cycles Category B.Small&Intermediate Machine Mowing with per Fiscal Acreage Unit Price , Item Temporary Traffic Control(TTC) Year Approximat Per Acre Total 1 rice Approx. BA 30 Day Urban 12 50 $ 66.00 $ 3,300.00 B.2 2 Week Urban 24 445 $ 66.00 $ 29,370.00 B.3 Additional Service: Litter Pickup&Debris Removal w/MOT 2 495 $ 14.00 $ 6,930.00 Bid Total: Bid Total $ 39,600.00 Unit Price Item Category D. Other Services-No Temporary Traffic Control(TTC) Per Acre D.1 Small Machine Mowing (Over 2 acres) $66.00 D.2 Large Machine Mowing (Over 2 acres) $27.00 D.3 Small Machine Mowing(Less Than 2 Acres) $66.00 D.4 Large Machine Mowing(Less Than 2 Acres) $27.00 D.5 Additional Service: Litter Pickup&Debris Removal $14.00 Bid Total: Bid Total $200.00 Ct0 168 7 Exhibit C Affidavit Regarding Labor and Services following this page Page 17 of 18 Fixed Term Service Multi-Contractor Agreement [2025 ver.2] co A �r" 166 7 AFFIDAVIT REGARDING LABOR AND SERVICES AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED Effective July 1, 2024, pursuant to § 787.06(13), Florida Statutes, when a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Effective January 1,2024,a governmental entity may not accept a bid on,a proposal for,or a reply to,or enter into,a contract with an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet any of the following criteria: (a)the entity is owned by the government of a foreign country of concern; (b)the government of a foreign country of concern has a controlling interest in the entity;or(c)the entity is organized under the laws of or has its principal place of business in a foreign country of concern. Effective July 1,2025,when an entity extends or renews a contract with a governmental entity which would grant the entity access to an individual's personal identifying information,the entity must provide the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c),§ 287.138,Florida Statutes. Nongovernmental Entity's Name: 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 LandScapinq & Lawn Sec(Name of Nongovernmental Entity) does not: (1) use coercion for labor or services as defined in § 787.06,Florida Statutes, and(2)the nongovernmental entity is not(a)owned by a government of a foreign country of concern, (b)that a foreign country of concern does not have a controlling interest in the entity, a . (c) that the entity is not organized under the laws of or has its principal place of business in a foreign country of concc .11 as pros bited under ! =:7.1 : lorida Statutes. ./der Sena ' . pe; .', I are hav: .: the foregoing Affidavit and that the facts stated in it are true. `osor 06/18/2025 gnature of a .riz- -�resentativ' Date STATE OF FLORIDA COUNTY OF MIAMI-DADE Sworn to(or affirmed)and subscribed before me,by means of IN physical presence or 0 online notarization this 18TH day of JUNE 20 25 by Orlando Otero (Name of Affiant),who produced his Florida Driver's License as ' en 'fication. _ _ _ _ ____ __ ;;Y"$ SANDRA YANIRA ARROYO 11 ' ? �, r• Notary Public-State of Florida VPublic , 1,1 4 Commission ft NH 378495 '• of c� My Comm.Expires Apr 24,2027 Bonded through National Notary Assn. 0 04-24-27 Commission Expires Personally Known IN OR Produced Identification 0 Type of Identification Produced: Personally Known CONTRACT RENEWAL OR EXTENSION REQUEST FORM Version:2025.1 16B 7 Other Exhibit/Attachment Description: n following this page (pages through ) ■ this exhibit is not applicable Page 18 of 18 Fixed Term Service Multi-Contractor Agreement [2025 ver.2] CAO