Loading...
Agenda 06/11/2013 Item #16D 76/11/2013 16.D.7. EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (ITB) 913 -6090 "Radio Road East MSTU Roadway Landscape Maintenance" to Affordable Landscaping Service & Design, LLC. OBJECTIVE: To provide for on -going maintenance of landscaping and irrigation installed by the Radio Road East Municipal Service Taxing Unit ( "MSTU ") within its boundary. CONSIDERATIONS: On April 05, 2013, the Purchasing Department sent out 759 notices for Invitation to Bid (ITB) 413 -6090 "Radio Road East MSTU Roadway Landscape Maintenance." Thirty (30) companies downloaded the bid package. The County received six (6) bids on April 29, 2013, from the following contractors: Affordable Landscaping Service & Design, LLC, Ground Zero Landscaping Services Inc., Superior Landscaping & Lawn Service, Hannula Landscape & Irrigation Inc., Florida Land Maintenance, Inc. d /b /a Commercial Land Maintenance Inc., and Caribbean Lawn & Garden of SW Naples FL Inc. Caribbean Lawn was deemed non - responsive for not submitting all the required documentation. Consistent with the MSTU's Advisory Committee's May 8, 2013 recommendation, staff is recommending an award of base bid plus the alternates to the lowest, responsive and qualified bidder, to Affordable Landscaping Service & Design, LLC. Contractor Base Bid Amount Base Bid + Alternates Affordable $24,517.50 $36,337.79 Ground Zero $40,062.00 $56,432.86 Superior Landscaping $45,040.00 $64,293.69 Hannula Landscape $45,114.00 $68,216.15 Florida Land Maintenance $57,1 54.00 $79,277.01 FISCAL IMPACT: Radio Road East MSTU Fund 166 - 162526 other contractual has funds available for on -going maintenance. There is no historical actual maintenance contracting cost for previous fiscal years as the project is still under construction and currently has final completion scheduled for May 15, 2013. It is anticipated that the on -going annual cost for maintenance under ITB #13 -6090 will be approximately $27,000.00 for the four (4) year term of contract and will be funded by the MSTU. The estimated annual cost for on -going maintenance includes a 10% contingency for incidental maintenance cost. LEGAL CONSIDERATIONS: This item has been reviewed as to form and legality, and requires majority vote for Board approval. —SRT GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: That the Board award the base bid plus alternates for Invitation to Bid (ITB) #13-6090 to Affordable Landscaping Service & Design, LLC., and authorizes its Chairwoman to execute the attached contract after final review by the County Attorney's Office. Prepared By: Darryl Richard, RLA, Project Manager, ATM Department Attachments: (1) Bid 913 -6090 Bid Tabulation; (2) Agreement ITB #13 -6090 Affordable Landscaping Service & Design, LLC. Packet Page -1394- 6/11/2013 16.D.7. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.D.16.D.7. Item Summary: Recommendation to award Invitation to Bid (ITB) #13 -6090 "Radio Road East MSTU Roadway Landscape Maintenance" to Affordable Landscaping Service & Design, LLC. Meeting Date: 6/11/2013 Prepared By Approved By Name: AlonsoHailey Title: Operations Analyst, Public Service Division Date: 5/16/2013 9:50:38 AM Name: ArnoldMichelle Title: Director - Alt Transportation Modes,Alternative Tr Date: 5/20/2013 5:18:04 PM Name: SotoCaroline Title: Management/Budget Analyst ,Transportation Administr Date: 5/21/2013 3:49:52 PM Name: BrilhartBrenda Title: Purchasing Agent,Purchasing & General Services Date: 5/22/2013 9:39:09 AM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 5/22/2013 4:43:10 PM Name: AlonsoHailey Title: Operations Analyst, Public Service Division Date: 5/23/2013 9:01:14 AM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 5/23/2013 9:25:36 AM Packet Page -1395- Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 5/24/2013 4:19:44 PM Name: CamellSteve Title: Director - Purchasing /General Services,Purchasing Date: 5/28/2013 11:30:36 AM Name: KlatzkowJeff Title: County Attorney Date: 5/30/2013 8:33:04 AM Name: FinnEd Title: Senior Budget Analyst, OMB Date: 6/3/2013 9:30:04 AM Name: OchsLeo Title: County Manager Date: 6/3/2013 11:28:22 AM Packet Page -1396- 6/11/2013 16.D.7. N r n N H 69 fl? 69 69 �} 69 6�? Ef} 69 69 69 E)9 69 ea 69 H3 Ei9 �} �} E9 613 Eli tf O O 00 O O O O O O O O O O O O O O O O O O O C > O O 00 00 O O O O O O O O O O O O O O O O O C O 4 O O 66 O O O O O O Ln Ln 00 6 In O 6 0 0 0 O C I- m Ln Ln O O O 00 O d 0 It N I` O O� O N N N OC >o Com IT Itt M N co O r rNMNC' 1 C:= N r Lp ' r d, 69-69-1 9- 69 69 69 69 I 69 69 69 69 69 69 69 69 613.(2F> 69 69 60, (19 69 ffl V. 1 C) O O O O O O O O O O O O O O O O O O O O O C 1 C O O O O O O O O O O O O O O O O O O O O O C 1614 OLn OCO O O O O O 6 6 0066 66 0 0 0 O C OCo NC) In U*) Ln Ln Ln "t O Ole NI-CDOtl-ONNNCC co O M M co 't CO r r N M N Cr 1 F6969 6969 6969 69 69 613- Efi 69 6969 Eft 69 69 69 69 69 69 69 69ir cc 00 cc O O O O O O 00000000000c: O O Co O cc O O O O O O O O O O O O O O O O O C Ci O O Cfl M CM O O Ci O O N Ln Ln OC) L6 6 0 0 0 6 ui ui C 00 O 0 r O O O O O 0 It M N I` N m m O O N N LC 00 CD m co d' 00 O N O r N N N C\ d N r r r C6 O 6969 6969 169-16p). 69 Ed9 69 I 69 69 6969Efl69ffl"13696969E469V- 100000000000C O O O O O O O O O O O O O 00 co O O O O O O O O O O O O O O O O C O O 600 MM O O O O O LnLn00Ln00 0 cc 0 Lo C 00 O 00 0 0 Ln O Ln O ch M N I` N m O O O N N w Co r 0) co co co 't N N r N N N C\ 03 . 69 Efl 69 69 69 69 69 69 69 69 69 69 69. 69 69 69 E!} 69 69-61d V. co O O U*) Lo O O O O O O O O O O O O O O O O O C cc co N N O O O O O O O O O O O O O O O O O C O O i CA d' 4 O O O N Ln ti Ln O O O Ln Ln O O 0o 00 o0 a O N 0 ti M It M N 0 N It N It N It N NI LN LIt 0O r0 N r- CV r v tt N E9 69-164>1 619-1641 69 69 69- 64> 69 69 69 69 69 69 64> 69 69 1,11, 69 69 65 O O O O 0 0 O O O O O O O O O O O O O O O O C O O 00 N N O O O O O O O O O O O O O O O O C C5 N ti.4 44 N N ti � L6 to O O O Ln Lo Cfl 6 M 00 00 a It M N C N It N ct N ct N "i N r ct Ln to co M 69 69 69 69 69. 6F} Q% 69 69 69 69 69 1 69 1 69 1 69 613 69 69 69 69- Eli 69 6F CO CCi CCi Rf C6 CC3 C6 fIf Cd f0 CO L L i L CO Cp CB fp Ca Ctf i6 R WW w w W W w W W 2222WWWWWWWLL Cfl 0 N N r r N N r N N r r r r r r r r r r r r � .. U N E U LU CD co - to v m E Q a t) C -) J ffi .Q >, Q � 0 O M O s Q > m 0000 OoOOOO 00000 00 O0 Ln to O coo 0 0 0 0 O O O O 0 0 0 0 0 0 O LO 0 0 0 N N O N ti 00 O O O O M M 00 O O O O LLB O 00 00 00 d' N O tf) L6 O It d' O 4 M O O O ad ui 90' O CO O O O Ln t- r r r N r O LLB M r to 00 M ti 0) t- ti (0 N 00 "'t N r r LO d r r V- T-: M r- V-: M 00 CO 69 69 6% 60)- 69 6%16%16% 69 69 69 69 69 69 69 6%.6% 69 6F} 40 6% 69 64 40). 69 69 69 t0 0000 000000 00000 0 0 00 LC) O 00 to O 0000 0 0 0 0 0 0 O m 0 0 0 N N O N 1- O O O O O 0000 66c600004 N 6 6 6 6 4 64 c6 O 00 �- O 0 N o LO N r r r N r O LO co r N ct LO r d0 O 69 69 69 69 ff} 6F} E9 69 6091 69 6%1 69 69 6%6% 69 69 69 69 69 69 69 69 6f? 69 O O O O 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 O O O O c 0 Ln to 0 0 0 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 O O O 0 V) LO r r O O O O 00 O O O O 4 f` ~� N Ln 6 f` In 6 66 O O O Lt) r r r r r r M O M � N O M M ,Rt ti M M N ti N ti f- ti ti 69 63 69 69 ER 69 69 69 69 69 Ef-? 64 69 E!? 69 6'� 69 69 69 69 � 69 69 69 �' 69 � 6�} �' O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O LA LA 0 0 0 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 O O O N r 60 O O 00 00 O O O ct t` t-_ 664 6 6 1` 6 6 00 N d' O O O O LL) e- r r r r r �t M N r N N I- ti co co 69- 69 63 69 69 69 6%6% 69 69 69 69 69 69 69 63 69 69 69 69 69 69 to 6�} 0 0 0 0 0 0 0 0 0 0 O O O O O LO LO O O LL) LA O 0 0 O 00 00 O O O O O O 0 0 0 0 0 0 O O O O O N N c O N ti O O O 0 N N 00 O o 0 0 4 4 06 00 0 N O O 6 O O t It CA O O O O 66 N ti r r N N r r r r 00 C0 O d' LA O 0) M M r e- N M N N N (D LL) � CO ti ti N N N r N 1 M M' 63 69 69 64 69 69 69 6% 6 k 69 69 69 6). 6% 6% 69 69 64 6fi 69 69 69 69 � 69 � 69 Loil 0 0 0 0 0 0 0 0 0 0 00000 Lt) V) O O LO O O O 00 O O O O O 0 0 0 0 0 0 0 0 0 0 0 N N O O N O O O � O O Ln 66 It d' 00 00 00 N O O Ln O O 4"t O O 4 O 66 O O N I- r r N N r r r r 00 CO It LO O r N M N N N 6% 69 6%6% 111 6% 69 69 69 69 16%16%164 6%169- 69 69 6) 6ci I 69 69 6� I W. 69 16,911 m LD LB RT m m m m m m m 05 cu m LQ LQ LQ LQ LQ fd m m f6 LB m W W W W W W W W W W W W W W W W W W W W W W W W W r r O O r d r M 00 T- r r r r r r r r r r r r r r r r r r r ;` ti W W W W Z Z Z Z >, °, _� W ix Lw LI w H H O Q Q �C9 o Z i 0 z (0) U) U) U) U) "' U) >- > >T > i' >- W i i 0 C) Z N N N N fl1 N N } y. >- LU W i i Z N r N ao U) � � C d d d ui _ O d ) d d d c c cn m c � -V� o �, c c m 3 O cn cn _� C U) • *� m y m 3 n A G R E E M E N T 13-6090 for Radio Road East MSTU Roadway Landscape Maintenance THIS AGREEMENT is made and entered into this day of , 2013, by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "County" or "Owner ") and Affordable Landscaping Service & Design, LLC, authorized to do business in the State of Florida, whose business address is 658 Bald Eagle Drive, Marco Island, Florida 34145 (hereinafter referred to as the "Contractor "). WITNESSETH: COMMENCEMENT: The contract shall be for a one (1) year period, commencing on the date of Notice to Proceed, or until such time as all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed. This contract shall have three (3) additional, one (1) year renewals, renewable annually. 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 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 not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK: The Contractor shall provide Landscape Grounds Maintenance for"-- Collier County Alternative Transportation Modes Department in accordance with the terms and conditions of Bid #13 -6090 and the Contractor's proposal referred to herein and made an integral part of this agreement. The scope of work is limited to the maintenance of the medians only on Radio Road between Santa Barbara Blvd. and Davis Blvd. More specifically the work involves maintenance of medians #31 through #39 only excluding median #40. Median #40 is the median between the entrance to the CAT Facility at 8300 Radio Road and the intersection of Davis Blvd. and Radio Road. Additional landscaping projects or new installations outside of the routine maintenance may be required. These new landscape projects may be quoted as a portion of this contract, or, a separate solicitation may be issued. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County project manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 3. THE CONTRACT SUM: The County shall pay the Contractor for the performance of this Work pursuant to the bid prices offered by the Contractor in his response to ITB 13 -6090 per Bid Schedule (Attachment A) or subsequent quotes. Any County Agency may utilize the services offered under this contract, provided sufficient funds are included in the budget(s). Contract will be purchase order driven. Page -1- E) 4. NOTICES: All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e- mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: Albert Benarroch Affordable Landscaping Service & Design 658 Bald Eagle Drive, Marco Island, FL 34145 (239) 389 -1468 (239) 389 -1434 Fax All notices required or made pursuant to this Agreement to be given by the Contractor to the County shall be in writing and shall be delivered by hand, by fax, e-mail, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following County's address of record: Collier County Government Complex Purchasing Department 3327 East Tamiami Trail Naples, Florida 34112 Purchasing /General Services Director Phone: 239 - 252 -8371 Fax: 239- 252 -6584 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 Service Agreement must be in writing. 5. 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. 6. PERMITS: LICENSES: TAXES: In compliance with Section 218.80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. Contractor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier county agencies when the Contractor is acquiring permits. All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 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. 7. 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 Page -2- 9 deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Contract 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. 8. TERMINATION: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County and requirements of 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 sole judge of non - performance. 9. NO DISCRIMINATION: The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10. INSURANCE: The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $2,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $2,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non - Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. Special Reauirements: Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 11. INDEMNIFICATION: To the maximum extent permitted by Florida law, the Contractor shall 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, to the extent caused by the negligence, recklessness, or intentionally Page -3- (A wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this 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. 11.1 The duty to defend under this Article 11 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. 12. PAYMENTS WITHHELD. Owner may decline to approve any invoice, or portions thereof, because of defective or incomplete work, outstanding punchlist items, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner'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, Owner may, after three (3) days written notice, rectify the same at Contractor's expense.. 13. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products /materials from specifications shall be approved in writing by Owner in advance. 14. CHANGES IN THE WORK. Owner 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 itemized 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 written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 15. ADDITIONAL ITEMS /SERVICES. Additional items and /or services may be added to this contract in accordance with the Purchasing Policy. Page -4- G 16. COMPLIANCE WITH LAWS. Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety . Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Owner in writing. 17. 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 site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 18. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 19. WARRANTY. Vendor expressly warrants that the goods, materials and /or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. Theseoow warranties shall survive inspection, acceptance, passage of title and payment by the County. 20. 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. 21. TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the Owner 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 Owner. 22. 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 Owner or Owner's separate contractors, Contractor shall Page -5- G be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due 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 Owner with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the Owner's benchmarks, Contractor shall immediately notify Owner. The Owner shall re- establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 23. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty -eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a written Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty -eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Road and Bridge Maintenance Department. 25. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached or referenced component parts, all of which are as fully a part of the Agreement as if herein set out verbatim, including: Contractor's Proposal, Insurance Certificate, ITB No. 13 -6090 any addenda, etc, made or issued pursuant to this Agreement. 26. 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, 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, including but not limited to: submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. 27. 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. Page -6- cA 28. 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. No markup shall be applied to sales tax. 29. IMMIGRATION LAW COMPLIANCE: By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of 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. 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. 30. 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. 31. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES: Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 32. 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. 33. SECURITY. If required, Contractor shall be responsible for the costs of providing background, checks by the Collier County Facilities Management Department 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 34. 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. Statute. Page -7- ca 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. Remainder of page intentionally left blank Page -8- S IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTEST: Dwight E. Brock, Clerk of Courts By: Dated: (Seal) First Witness Type /Print Witness Name Second Witness Type /Print Witness Name Approved as to form and legal sufficiency: Assistant County Attorney BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Georgia A. Hiller, Esq., Chairwoman Affordable Landscaping Service & Design, LLC Contractor By: Signature Typed Signature Title Page -9- cA ATTACHMENT A — BID SCHEDULE Page -10- 0 c C .m C A V h C J c o � O r m m H � O ,r VI ra W m O 0 a Ir V 'C It 9 O m as ['1 v Em -0) O000 0 0 0 0 00 O O cnLO N N o O c� O O o O 0 O 0 Ip . 1 0 to 0 0 ao 0 N '-t v CO N 't C O O O O O cn N Cl) 47 O 1� r Q tl Ci O to to N f` r- h M I) F- a m N N N �- N N i I:} 64 b9 &" ul, Ifi 6'9,16n, EFr b9 H4 IH /A ill' W (} 0000 O O O O 0 O 0 O cn N cn N O O O O O O O O O O } 1 to 0 O> O W O N N v V' v In to cn �-- in IL � m �� C ko iI ccn cn v; v3 w 69-61%, rsr ba 1 ur 64). 0. e4 bcj� N wWww MM ca a ww c>s m w c� M w c4 w M w M w M w 10101 NN r st V N N r- E r Q NNNN 1 o c c E CD m V m W � Q3 � M U m •� d. ..+ CO V m p W a U U J t •a E N E p °' L a ~ O ~ N U = ` v y LO F co 3 U O O O Z O (D N 'c N C E 0. W a) O w �• In N O C+ [h 3 O D V C � to •N c p `C c p = W C U w L a to E I O Z tv CD C W p S p m y W N 0 U) U U G g 3 0 • -via ' � c° O� o m N m L E � M m m m L O p :: M m' p 3 .. > v a •c v a s a o -- c Ili : cn m G O •� w C1i C ;v Gi •� v C '� o o c E c o$ LC C s a 0 � O N O V N 3 UQ m C 'C : > ? m •Iq U w O >: Q >! tr �p N- > > O o !- p o d en Q °a m' cn Q) E a� R w ... U U n E v co (D 7 t6 M �. ; ik 'G M 41 .O C� O m H t6 1] C O C O w dJ E. O �, O U = d = C •� W a j :d f3 p tII U z D1 O m �? O •` C 3 t6 7 U G C t6 C f6 > p > fn O L p C U c,� n�� cap U >� On a .E rn a; U U W. fl m cy CL Z cn m _ s L �$ o v F- p i Z O �• C_ G ID O :) oN E -0-3, = U) fn C O E Em w y N c o �Ip h t6 ca�'> p p O V �W ♦- tl t6 (� C9 O HIV 0CU N�NE r�. r C r C C CY.O0 V G 0 z °•°' ZQQ°�� CL CL ci �' a, c U. O U) y `O 0 O c m c L y Z - U= '� c C Z ?. U Q U Q vi s Qo m 7 In O .- U 4) c w Q 0 H G 2U�''E Z m u) 0= co c O U) 2 1 u; E E E� E ~U -a Q eo Z O'Q V + rn O t L L L- � @ fOVi�NN O fA p U O C LU C r CO r r r G. 0. d J( w O" m 0 0 0 V c C O r N Q vi of BIZ Q_ era 2M2M tVOF-a�iEmEov,cio oL UV Oy wQ V = Asa 0 CD mmm m C)•: LU 5 _ Wow1- Z m ��- In �QrQ... LL O U Q w N'N ui� •- NC)`et u�ma t-aoZ lot rn ° = r z F- C. G a s o t w w Q m m Z o e4 w 1i J ['1 v Em -0) 0 c R c to 40 t 3 c m o m T m O rn r- 'B 0 0 e p m �o as M U N ov 000000000000 0000000000nooaocyvu�00000a rN0 tt)tD 0000000 O CO ocy 000 o00 tioo tl�000u7ui 6C6 000000 ood v o ciQ st ery o0oLoo wvCD o t7f N J �I MNtDN�tN�i N`7Nv P~- CO'N(D H 0 H 69 64 t9 f!} 64 69 69 69 E!: fA Cf} 64 lii H& 6% 6H 03,164164140j- 6A 64 64 69 He bi�_ 64 69 j J C>0000 S O O O O O O O O O O O O r O N O O t O C) N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O 0 O 0 O 0 U O fvO7NN� O O OOOmOoo O O C6 C6 ci06 qt V,0' OOOOui(D r O � u70 N G_ r z fR CA Cti 69 CR en 6f! 6F} CR 6A 6fl Eft 69 6F! V! CH 6RY vjs w CR " Ni CR 64 C:Y 64 www d4 CA t = 6; = 1.: = 6 =wwwwwwwwcncn=WLUWLU cmm w mwIxcaca LL. LL. I.:mmmeoL = 1.: = 6: == 6; 1.: _ 1-771— r'-r r.-r r _17-1— rr rrrrrrr r r r •r Q o z z 6. = w a CD tm a LU V c co M 3 v T O °' . > y Wa c - °r' c ° E CL 0 C4 `m v E o m c c - G ` m cm C •8 z ►. Q) D_N l`4 C1 � a J W .a m `m u J a Z m `m , to m — .0 44 .° 09 ° > `' c to O E- c C �. C4S c�� CD �c c 5 .0ucocca m d m m ��0 7._O)NJIa c >�y CL V`° �� II. W "- fi x _ a d �; coo E m t U m m m° w -0 c 0 ° 0 C o c (4) M N N �' 0.0 00 C c� W '_ a m o w d O c ` to Vl N� in Vr o CL w 2% d U5 J Z C _ C v` U c'Op> C N =s 7 m y �4 m `� o m CL Ca D_ cCa UNIT X L c C A L �Lm .M a -cj =4> O N d CL to �o Q= O C C = U r. X N N d U _ = L: (v � N V> 0 d 0 m fn c > �a �? is . 0 ,. Cp v co a) 0! & � � () F- F- c T -0.0 to � � 0 o m � ' Vi � t4 cL E- c Y c O ` O ► c to O O y41 � m� Q E O C O C tYa co W VJ lC9 U G N` �a 0 C C C to U c > O C O o yL C` d 4_ U U C` m N p r C L V N m lQ O CCC N CCa W -p E N la V 3 O `' W D Ca .8o 'p d N aEc p = m !f N w c`o E c`a C C C c d' C_ O c i Y m y �- O c c c O 0 c .• d! t J =wy oo =eo�tn- jccc��c �¢ aca U ���mca ~ N o�m CU mYr;cY�W�ra.3��1. C c =- !� vv=v>� >�E�oo m o W w E°>> O O m 0 0 N N p W 7L p p@ C p to Z .__ .� d m C� t ��'- ` cowtnt wd :itm a. LL `— °�- f-cnaa .a N t- c�aCo O>Or Cr3st V v C Q C �u)CDtO rrrr t" r W e- Or-NtrJ� NNNNNNNNN OCDt�CfJCAOr N C7 CriC7c'>C`�ChCOM NMiTOCDh O C7 � Z H M U N ov m U C Of C C Qa as a p U C 10 r p m � p C; O N U) N lE U1 O 0 t0 p � L U m � p � c pm as ' V 0 M O 00000 O O O O O 000000 0 0 0 0 0 0 00000 00000 Olt)00O N N O O N to 1-j p O O O O O O cioo "Nr.rr oo Qd•OOcON NNrrr� - - OOOOO oOCD -w vajm v Psi Q O v OO �Q O Q N N M N N 00w r N r N Q 0 69 64 64 ,16-1 6A I 6R 64 ER 69 69 Ef} 64 69 tl! 6P1 V! 6R 69 69 64 6Ri iA 601, 64 64 Eli V 00000 0 0 0 0 0 5 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O N 0 N 0 O 0 O to N O O d O 0 O C01A00 to Om co Q V W0�7 d Q CO 00 d N C-4 N t'- M N N r,4NOc000N NNrrrr H z 64 Vil 69 64 0 64 64 6f? 64 6FF 69 63 Vo 64 69 69 619 64 64 00 EFi V* 0 ~ Z tII luwww t0 l0 tII lII wwwwww W lII I � N R luwwww l0 'cII 06 I lII eltwwww w 1 c0 /0 l0 w lII ww m y, cr r M j- ❑ rre-r- rrr rrr rrrrr rrrrr w w Q zZ ♦Y � 0) m J J a.. Q O 0 Y Q J C C w 0 h c a y N ` ►- 0 0 Z 2 2 H I 0) 6. O J -� C c I U. w E E o t w 0 N U �_ U N 0) w O C C C P O CO � ti aa> N V � H O � V V CL fro C Q C cD V 0Lo Or Eo v L x w 0) CD c w�yti h�iC7 of G m X K o) X 1 X�� `- r� x M in O l0 N KN N in � r a, X ^ Z tDN`C i r ^� M —1 r I N- xr Q X �.m II � L —N1= W N! 1 cr, O 1 _ t0 X i5 W� OD t0 O !II � L. O a- —_ N cp W H E J E J LO _ � M � 0 to _ W Q. WN _ vz'N o E v� � ._ � m w IL _ • 0M� y `" I: � ��' rn F.. E E a >. o .nE�!�L Na. CL — ya��'�mw- E �a 0 ��EEa:� (D �a c0 °' °�OCi mM E° Zt7 C7 `o E�.ciII� o E 220_x_ E 6 °_ a a °oV m mc..'E o »... o �. 0II tII. Rf F_ mmma).mmozE� Ely m� 0 c6 V o� Z ❑ J a� c � a w m m 0)i art a c� L F z V a� �= .` 1 ° � mm H� o� C C� 0) ��-� Oi C � � E .. E .. m° ° as . ?, P '= c m E a� m c m Q' c0 yC c� 0 m _> 0 O V. $ o p z t6 0) F— �. 0 m <II m tII m a cnmcr�u. a 0 51Cnow amu�lyG C�a° cna�<[ LL�- F— w N v M Sr IV4p LO 1-- vv co O) wU)U)0 C> r4 M W)OCncn V O CD h. CG C> O N f" M 7 O N ' V 0 M O 0 O ca m co = to «> m r) d c A c w C m CL c c o m b U) N w cc 0 tz 0 R a � m •f_s m L a m0 IL Q. pD pp O O � Q1 f. J 1� ti 1.: n O_ N O N P+ 0 Cl> m N M H- EFi W d3 Y► U4 � K LIJ � � o Z D. N r z Z 64 to L) w w w W Z z � 00 � a � ►- W V H m h m u d mom. z z H z mW m 5, — �► _� — a, Q Q tC9 C O c z C9 O 9) c m 0,00 008 o �z r � x c'oo;m mom g a m O u N Q u V �V m ��_ aw y w mw 0 W E c a- m O c C 3 cA �? U o �� CO) Q O �m� p z v O . tit C N _ M N x x =4 O> c a` m (A a UJ n O > No l0 JW —z LU Y ro N y p °1 i cO w m M N t j W a o = - Q m aroma N CL - CL w G 4 v H W e �i Q a AD uj �_� C V Z y a. svd. �' `y O a� u Q s $ s u CL � CL 00.0 0 cfj Q � z'6 J _ = c W 1:— °a o o J u M U 44m W .J CD C C d t� e d m N CL �O� a« U LLIU Os cn O� c►" F- m -rp E c E o y 3 E E E E E iaE E Q h� U 7 M m Ix M. W d Q a co W 02 W �. W I W" H 0 a , p a c ry m c g Q m v w c J c ea CD T (d m b W V 0 r o =_ U ` 'Cc m om 20 as N LO O rfr mo cn C0 cn cn cn V) r } z O N �- Y LU U_ a z z o� m rte. o ; m CL O o�, m c E 0 ea 2 a m a. °c cr cc =E ! a a K m c m a am 0 C y C a C..: E m e m 3c+ �p c �10E Q E tm CL. °° „ t 0 m i g G to C E .- 'O m v Y v U m u O w' = m 16 Y m 0 O ° ` .m ° ' v a a r. !a x xoM C m xV 0 a e E rcRa, ` E�4'a. =° z fl m m m'E m c ' o'; E?: E O r �' a Et xo E a� ci iw > C Q w G E m E a o° C O. ; O :. Em E E; O E O W, O ,� w V c E E- E E G E--' w E L o f v °° m.��c _ m a C m C O A /6 U l0 m O+ iC V o �m o 'O m E Cd a> to o o `a >aa43 ) m ° � El o i EE E E E E�m a cm c m m m 9 m m A ;� cl c = c Q c a 90 m �� C o 0 .p t O Te i i, W G L), w c €'� a a E aV av; to in c' c -0' o o r7 dap ° m > Cur 0002 m O m« /1 � y �►. i A� A P {t �� ox > O 'tea �= ' 3�mEl� m E� R E '$ � w.. m-0 t w cc m w m� �+ w E m w m wQ: c� o m m�lc -J z 10'Q m.. tcm F- A a rmw ►- E rL°to i— F 3 r� c r tcmo F- ea � to C+ c+ a d W — c = > > j F- N LO O rfr mo