Backup Documents 08/26/2025 Item #16B 7 (John Fideli Landscapes, LLC) ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 8 B
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 gOe -/ Ceig-7 ]�
4. BCC Office Board of County /
Commissioners &Jy u1$/ / $'�7
4. Minutes and Records Clerk of Court's Office ga721.Sba444
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.i 7f.
Approved by the BCC
Type of Document Agreement Number of Original 1
Attached Documents Attached
PO number or account N/A 25-8358 John Fideli Landscapes,
number if document is John Fideli Landscapes, LLC
to be recorded LLC
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 . ! .4 an option for
Attorney's Office has reviewed the changes,if applicable. ( this line.
9. Initials of attorney verifying that the attached document is the version approved by the N/A is not
BCC,all changes directed by the BCC have been made, and the document is ready for the 5pim an option for
Chairman's signature. this line.
16S 7
FIXED TERM SERVICE
MULTI-CONTRACTOR AWARD AGREEMENT
#25-8358
for
Mowing Services
THIS AGREEMENT, made and entered into on this accri*, day of A vsi- 20095 ,
by and between John Fideli Landscapes,LLC
authorized to do business in the State of Florida, whose
business address is 4706 Chiquita Blvd.South,Suite 200,Cape Coral,Florida,33914 , (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 ❑ err 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 ❑Noticc to Procccd.
3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the
terms and conditions of ❑ Rcqucst for Proposal (RFP) ❑■ Invitation to Bid (ITB) ❑
Othcr ( ) # 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
[2025ver.2]
.
Ise 7
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 I I Other
Exhibit/Attachment:
3.4 I 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):
Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are
transferred from the County to the contractor; and, as a business practice there 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 County agrees t„ 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
that the project requirements would most likely change. As a general business practice,
these contracts include back up documentation of costs; invoices would include number
of hours worked and billing rate by position (and company (or subcontractor) timekeeping
or payroll records), material or equipment invoices, and other reimbursable
documentation for the project.
■ Unit 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]
1 •►8 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 "laches"
as untimely submitted. Time shall be deemed of the essence with respect to the timely
submission of invoices under this Agreement.
4.4 The County, or any duly authorized agents or representatives of the County, shall
have the right to conduct an audit of Contractor's books and records to verify the accuracy
of the Contractor's claim with respect to Contractor's costs associated with any Payment
Application, Change Order, or Work Directive Change.
4.5 . Travel and
Reimbursable Expenses must be approved in advance in writing by the County. Travel
expenses shall be reimbursed as per Section 112.061 Fla. Stats.
Reimbursements shall be at the following rates:
Mileage $0.44.5 per mile
Breakfast $6.00
Bch $11.00
Dinner $4-9,09
Airfare Actual ticket cost limited to tourist or coach
cla: faro
Rental car Actual rental cost limited to compact or
ctandard size vehicle,
aging 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 coot of either 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 # 85-8015966531C.
Page 3 of 18
Fixed Term Service Multi-Contractor Agreement
[2025_ver.2]
CAO
GB 7
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: John Fideli Landscapes, LLC
Address: 4706 Chiquita Blvd.South,Suite 200
Cape Coral, Florida,33914
Authorized Agent: John Fideli
Attention Name & Title: President
Telephone: 239-984-5284
E-Mail(s): JFideli@landscapesfl.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 Montalvo
Telephone: 239-252-8924
E-Mail(s): Erik.Montalvo@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
Ile 7
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.00 Per Occurrence, $2,000,000.00 aggregate for Bodily Injury Liability
and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply
per project. This shall include Premises and Operations; Independent Contractors;
Products and Completed Operations and Contractual Liability.
B. 1.1 Business Auto Liability: Coverage shall have minimum limits of$ 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. • 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]
CAO
1 8 B 7
D. I I Professional Liabilit r. Shall be maintained by the Contractor to ensure its legal
liability for claims arising out of the performance of professional 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 less than $ ach
claim and aggregate.
E. . yber Liability: Coverage shall have minimum limits of$ per claim.
F. • Pollution : Coverage
shall have minimum limits of$ t,000,000.00 per claim.
G. ❑ : Covcragc
shall have minimum limits of$ per claim.
H. ❑ : Covcragc
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 6of18
Fixed Term Service Multi-Contractor Agreement
[2025 ver.2]
CAO
6B 7
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/ I■] ITB/ Other
#25-8358 , including Exhibits, Attachments and Addenda/Addendum, ■ subsequent
quotes, and Other 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]
168
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(c�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]
CAO
168 7
Contractor keeps and maintains public records upon completion of the contract,
the Contractor shall meet all applicable requirements for retaining public records.
All records stored electronically must be provided to the public agency, upon request from
the public agency's custodian of public records, in a format that is compatible with the
information technology systems of the public agency.
If Contractor observes that the Contract Documents are at variance therewith, it shall
promptly notify the County in writing. Failure by the Contractor to comply with the laws
referenced herein shall constitute a breach of this Agreement and the County shall have
the discretion to unilaterally terminate this Agreement immediately.
21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County
encourages and agrees to the successful Contractor extending the pricing, terms and
conditions of this solicitation or resultant Agreement to other governmental entities at the
discretion of the successful Contractor.
22. PAYMENTS WITHHELD. The County may decline to approve any application for
payment, or portions thereof, because of defective or incomplete work, subsequently
discovered evidence or subsequent inspections. The County may nullify the whole or any
part of any approval for payment previously issued and the County may withhold any
payments otherwise due to Contractor under this Agreement or any other Agreement
between the County and Contractor, to such extent as may be necessary in the County's
opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party
claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of
Contractor to make payment properly to subcontractors or for labor, materials or
equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance
of the Contract Amount; (e) reasonable indication that the Work will not be completed
within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or
(g) any other material breach of the Contract Documents.
If any conditions described above are not remedied or removed, the County may, after
three (3) days written notice, rectify the same at Contractor's expense. The County also
may offset against any sums due Contractor the amount of any liquidated or unliquidated
obligations of Contractor to the County, whether relating to or arising out of this Agreement
or any other Agreement between Contractor and the County.
If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark-
up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary
of the Company and any business, corporation, partnership, limited liability company or
other entity in which the Company or a Parent or a Subsidiary of the Company holds any
ownership interest, directly or indirectly.
23. ■ CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris,
rubbish and waste materials arising out of the Work. At the completion of the Work,
Contractor shall remove all debris, rubbish and waste materials from and about the Project
Page 9 of 18
Fixed Term Service Multi-Contractor Agreement
[2025_ver.2]
CAO
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. n WARRANTY,n NTv Contractor expressly warrants that the goods, materials and/or
will be of satisfactory material and quality production, frcc from defects, and sufficient for
the purpose intended. Coods 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 arc in addition to those implied
waffanties to which the County is ontitlod as a mattor of In
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 ascume full responsibility therefore, pay all costs in connection therewith
and furnish to the County the required certificates of inspection, testing or approval. All
inspections, tests or approvals shall be performed in a manner and by organizations
acceptable to the County.
27. ■ PROTECTION OF WORK.
A. Contractor shall fully protect the Work from loss or damage and shall bear the cost
of any such loss or damage until final payment has been made. If Contractor or
anyone for whom Contractor is legally liable is responsible for any loss or damage
to the Work, or other work or materials of the County or County's separate
contractors, Contractor shall be charged with the same, and any monies necessary
Page 10 of 18
Fixed Term Service Multi-Contractor Agreement
[2025_ver.2]
C<%0
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]
C40
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 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.
I I 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
chall 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.
ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or
Executive Summary, the terms of the Agreement shall take precedence over the terms of
all other Contract Don„mentn c cept 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.2]
1 6 B P
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(a�colliercountvfl.gov) whenever an employee assigned to Collier
County separates from their employment. This notification is critical to ensure the
continued security of Collier County facilities and systems. Failure to notify within four (4)
hours of separation may result in a deduction of$500 per incident.
Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work being
performed in any of their locations. This will be coordinated upon award of the contract. If
there are additional fees for this process, the Contractor is responsible for all costs.
38. ■ SAFETY. All Contractors and subcontractors performing service for Collier County are
required and shall comply with all Occupational Safety and Health Administration (OSHA),
State and County Safety and Occupational Health Standards and any other applicable
rules and regulations. Also, all Contractors and subcontractors shall be responsible for
the safety of their employees and any unsafe acts or conditions that may cause injury or
damage to any persons or property within and around the work site.
Collier County Government has authorized the Occupational Safety and Health
Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way
for the purpose of inspection of any Contractor's work operations. This provision is non-
negotiable by any division/department and/or Contractor. All applicable OSHA inspection
criteria apply as well as all Contractor rights, with one exception. Contractors do not have
the right to refuse to allow OSHA onto a project that is being performed on Collier County
Property. Collier County, as the owner of the property where the project is taking place
shall be the only entity allowed to refuse access to the project. However, this decision
Page 13 of 18
Fixed Term Service Multi-Contractor Agreement
[2025_ver.2]
CAO
16 7
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.
' r: BOARD OF COUNTY COMMISSIONERS
ATTEST:. �" ,�����
Crystal K. Ki.*rt;t.044 the Circuit COLLIER COUNTY, FLORIDA
Court and4', •11�
I, � .�
By: l��l � ..�.� By:
Burt L.Saunders Chairman
Dated: P1.4
(SE' n ,•��Qrman's
agiriature only
Contractor's Witnesses: John Fideli Landscapes,LLC
Contractor
DBA
By: 4�
Contractor's First Witness Sign.
John Fideli/President
Mike Higgins TType/print signature and titleT
TType/print witness name
Contractor's Second Witness
Chris Reeves
1-Type/print witness name
A oved as to F rm and Legality:
�44 Count y Attorney
Print Name
Page 14 of 18
Fixed Term Service Multi-Contractor Agreeme
[2025_ver.2
0
16B 7
Exhibit A
Scope of Services
I. following this page (pages 1 through 5 )
n this exhibit is not applicable
Page 15 of 18
Fixed Term Service Multi-Contractor Agreement
[2025_ver.2]
CAO
1 • 8 7
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(FTC),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
188 7
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 overnight in the ROW outside the clear zone.Do not leave equipment in medians overnight.
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
16 s 7
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 lowed
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
1 6 B 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
CAO
1 S 8 7,,.rot
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
CAO
168 7
Exhibit B
Fee Schedule
following this page (pages 1 through 1 )
Page 16 of 18
Fixed Term Service Multi-
Contractor Agreement[2025_ver.2]
CAO
1 6 B
Exhibit A-Fee Schedule
25-8358"Mowing Services"
John Fideti Landscapes,LLC will be awarded Primary Vendor for Category B and Secondary Vendor for Category C
Cycles Acreage Unit Price
Item Category B.Small&Intermediate Machine Mowing w/MOT per Fiscal Year Total Price
Approx.
Approximate Per Acre
5 30 Day Urban 12 50 $ 64.95 $ 3,247.50
6 2 Week Urban 24 445 $ 64.95 $ 28,902.75
7 Additional Service: Litter Pickup&Debris Removal w/MOT 2 495 $ 8.00 $ 3,960.00
8 Bid Total: Bid Total $ 36,110.25
Category C.Aquatic Small&Intermediate Machine Mowing Cycles Acreage Unit Price
Item Total Price
w/MOT per Fiscal Year Approximate Per Acre
Approx.
9 30 Day Aquatic 12 95 $ 70.00 $ 6,650.00
10 2 Week Aquatic 24 _ 191 $ 70.00 $ 13,370.00
11 Additional Service: Litter Pickup&Debris Removal w/MOT _ 2 286 $ 8.00 $ 2,288.00
12 Bid Total: Bid Total $ 22,308.00
CAO
1 6 B 7
Exhibit C
Affidavit Regarding Labor and Services
following this page
Page 17 of 18
Fixed Term Service Multi-Contractor Agreement
[2025_ver.2]
CAO
16B 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 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 pe►ju►y attesting that the entity does not meet any of the criteria in paragraphs
(2)(a)-(c),§287.138,Florida Statutes.
Nongovernmental Entity's Name: John Fideli Landscapes, LLC
Address: 4706 Chiquita Blvd South,Suite 200,Cape Coral, FL 33914
Phone Number: 239-984-5284
Authorized Representative's Name: John Fideli
Authorized Representative's Title: President
Email Address: Jfideli@landscapesfl.com
I John Fideli (Name of Authorized Representative), as authorized representative attest under
penalty of perjury that John Fideli Landscapes, LLC (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 county of concern does not have a controlling interest in the
entity, and(c) that the entity is not organized under the laws of or has its principal place of business in a foreign country of
concern,all as prohibited under§287.138,Florida Statutes.
Under penalt of per I '• lare that I have read the foregoing Affidavit and that the facts stated in it are true.
7/7/2---S
gn' .r: o .uthorized representative) Date
STATE OF Florida
COUNTY OF Lee
S orn to(or atfi{•m��ed)and subscribed bggfore me,by means of Q'plrysical presence or 0 online notarization this
day of JAI). ,20Ir,by JVk✓1 Nr I i (Name of Affiant),who produced his Florida Driver's License as
identification.
Votary Public ,.;,."°u` AMBER LAROSA I
( i�. 4 Notary Public•State of Florida
0 ) 11) 4 J , _.,.*, Commission p HH 494769 I
l r L� ► I f`` My Comm.Expires Feb 20,2028 I I
•
Com► issio Expires
Personally Known 0 OR Produced Identification 2"
Type of Identification Produced: L------
CAO
6 B 7
Other Exhibit/Attachment
Description:
following this page (pages through )
• this exhibit is not applicable
Page 18 of 18
Fixed Term Service Multi-Contractor Agreement
[2025_ver.2] CAO