Loading...
Agenda 10/22/2013 Item #16B1 10/22/2013 16.B.1. EXECUTIVE SUMMARY Recommendation to award bid#13-6022R—Immokalee MSTU Roadway Landscape Maintenance to A&M Property Maintenance,LLC. OBJECTIVE: That the Board of County Commissioners award Invitation to Bid (ITB) #13- 6022R –Immokalee MSTU Roadway Landscape Maintenance to A&M Property Maintenance LLC. CONSIDERATIONS: The Immokalee MSTU is responsible for maintaining and repairing its landscaping and irrigation system within the Immokalee Central Business District. As the plants, turf and irrigation system age it is necessary to maintain the landscape, repair and, at times, replace portions of the plants and irrigation system to maintain the roadway beautification and operational integrity. The county issued ITB #13-6022R on July 30, 2013, soliciting contractors to enter into a contract to furnish, deliver and provide services related to Immokalee MSTU Roadway Maintenance on a weekly basis.Notices were forwarded to 773 contractors. Five timely received bids were opened on August 9, 2013. Five bids were timely received and are summarized in the following table. Company Name Bid Total A&M Property Maintenance $ 102,154.11 Everything Green Lawn &Tree Service $ 112,005.44 Hannula Landscape&Irrigation $ 124,762.15 LaWayne Cheney Jr. Enterprises $ 132,564.04 Florida Land Maintenance d/b/a Commercial Land Maintenance $ 156,488.87 Staff recommends award to A&M Property Maintenance as the lowest, responsive qualified bidder. FISCAL IMPACT: Funding for the proposed contract award is available in and is consistent with the FY14 budget. The source of funding for the base contract is the Immokalee Road and SR 29 maintenance cost center in the Unincorporated Area General Fund (111-163805). Additional funding for maintenance and other services funding is provided in the FY14 Immokalee Beautification MSTU (162-162524). LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.—SRT GROWTH MANAGEMENT IMPACT: This project meets the current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. Packet Page-558- 10/22/2013 16.B.1. RECOMMENDATION: For the Board of County Commissioners to award Invitation to Bid (ITB) #13-6022R — Immokalee MSTU Roadway Landscape Maintenance to A&M Property Maintenance, LLC., and authorize its Chairwoman to sign the attached agreement. Prepared By: James Sainvilus, MSTU Project Manager, Immokalee CRA Attachments: 1)Bid Tabulation, 2) ITB # 13-6022R, and 3)Agreement. Packet Page-559- 10/22/2013 16.B.1 . COLLIER COUNTY Board of County Commissioners Item Number: 16.16.8.16.8.1. Item Summary: Recommendation to award bid# 13-6022R—Immokalee MSTU Roadway Landscape Maintenance to A&M Property Maintenance LLC. Meeting Date: 10/22/2013 Prepared By Name: MuckelBradley Title: Project Manager, 10/8/2013 12:30:51 PM Submitted by Title: Project Manager, Name: MuckelBradley 10/8/2013 12:30:52 PM Approved By Name: MarkiewiczJoanne Title:Manager-Purchasing Acquisition,Purchasing&Gene Date: 10/10/2013 7:50:29 PM Name: BrilhartBrenda Title: Purchasing Agent,Purchasing&General Services Date: 10/15/2013 7:58:59 AM Name: JohnsonScott Title: Purchasing Agent,Purchasing&General Services Date: 10/15/2013 8:25:13 AM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 10/15/2013 8:56:43 AM Name: CummingsRhonda Packet Page-560- 10/22/2013 16.B.1 . Title: Contracts Specialist,Purchasing&General Services "'""" Date: 10/15/2013 9:52:38 AM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 10/15/2013 1:27:56 PM Name: KlatzkowJeff Title: County Attorney Date: 10/15/2013 1:55:17 PM Name: FinnEd Title: Senior Budget Analyst, OMB Date: 10/16/2013 11:51:47 AM Name: KlatzkowJeff Title:County Attorney Date: 10/16/2013 1:57:46 PM Name: IsacksonMark Title: Director-Corp Financial and Mgmt Svs,CMO Date: 10/16/2013 2:38:49 PM Packet Page-561- MmL - =8888888 888888 8'eo 80 88 888 80 10/22/2 01316.6. 1. m G P O G O O 0 00 0 0 6 .O m G G- O O 0 N N e)Q C '..g C J N O e4 oO O O 0 0 0 0 0 N m m N N 0 0 Q O M O Q .. a F V N IC A N.1< -N ,, A M ( O C a g C f3= qqa N a A O. ....... .4..44N N N N .. .. ... w N ... N.H N g N CW1. _ !Inn ....... $O O S ... $O ... RR...!....p 8 e O O OO�Oa < 0 m0 mm mNN .'"' 000 O G O NON S O N — — M GOM - mq N N. .. .. ... w N NNN ...... H w H 0 0 0 0$ 00 00$0 °o o $°o °o°o° $°o °°0 00 S$$$88 8$8 oo, - - - - - °0 0 0 00 0 0 0� o 0 0 0 .1 - wo Oo oiego o co viom ee c o 0 0 si4 o 000 3,._. J O. ::: N r N e"0 m ::: N mN W NNN w N N H N .. ... N N N N N N N d Q W _ N O 0$0 O 8888 8 0 8$ 888 8 o !!! 8 °0 8 8 8 $T K N N N N A -- �e°0 O O' F 3 Z N N N M N N N N N N N N 0 ! !!!88 $888 8� 80 $88 °8 !:! !!!!!: 800 8 a O m M O A " e11 m 0 O a e°OV O m A' M m N N,O m O O m O ' O E a .-N N .b C g m'C C m .... N N- H N ... q N N N N N S S°oO S 888 8E 888 888888 888 8 .6.660 O-- vif N" ..6 00 0O6 600.00 000 O 3m O H 11111111 m"m m o^ D E N N ,WO O N N N"N N N" N m r N N N N N N q N N N N M MM N.V. w M M M M N N N N N N w N N N d °m 0°o p 0 0 o o 0 o o N o 0 0 0 g $0 0 o p !!! !!!!!! $0 0 o • J O O O a G O 0 0 E M N -O m N N H N N N q q N w. .....N.N w d m - hOOSOO 80°° 00o0 oo mm °o °o o° o ° o o 0mo 0 o coop moo Lo d d W E U <°'o Oi O M 0 0 0 0 0 0 0 0 m 0 0 0 0 660 e6 o O 6o o ° o O ON NoN C N 0 O C M M N NNNN N MM.. H N N N N N H .40 MN. N N N N N N N N N 2 888888 O O O m O O O O 888 °O 888 8 8 8 8 8 8 0 0 O O d mp.,Nc .000 ow O o o v m N o 0 0 O vi d o vi o 0.. 0 m- O O ,NN WV WOO 0 N O.A m N Q m N C J V m m m m m m O W N N O m N W Q N C N M O_N m N.-, .- nn. M N .- N C O N C c.83 m a r° m Tp .4.4.4.4 .. m H ... .q vs.. N g q N N w q N N ea 'i Lm Z W - - 0 0 0 0 0 0 O O O M 0 o O O 000 n A !!! 0 O� N� OO.-O m Ng Ogg 0 0 O a-w w N N w w w w w w N N w w q w H w mmm i � � mmm j W W W W W W W W W W W W W W W W ea 3 W W W W W W W 111 W W W W W Q '111111 N O O N N0 N to m M 122 -- M •- m N N N '--N N —'< N ',:,7, C c. r Q O d G U 4- (0 d <m .c m E PS M Z^ C7 a U— C m Z N Z a m n m m ui 'al LL ai y▪ co J i .. m tV 0 Ae N nd u g' 6 < § M E m Ns R'd '05C4 d z m Z `m 'E <m d-5¢ 2 m O z m 4 y 'o y d ��y d F e w y i o E a O 0 d �,0 d D. d m 1-z ; = Cv � `8 v !� a m d c c a 1 a m W -° ! a¢ b V C` o m c°1 0 . m ,_0 t c O m zy E .5 5 u 0 ueu, N m _ uH m a o < a L.F. c z- Z 'm Q > ,-.« _ x� OF " m o NP1 O m oel`»0 0 0 =rm m $ m - a N 'p 8A- ON U' ° °NUS o W d m e0 O m — . A O Q 9 C m O Z - 2 N _ L L m A fO t N N' W_ 0 LL g �LL - c 3t; ii m H UN- =_ E 1 m maa - , W m c ° W z ° °- E Qo c m u K L< d d-- m 4 V U d Z c 'm=._'c ._ a Fri ..- ? Q - << m y c c W Q LL G u?:_aL g e; z�m ° °2' c li y m 7_ Q"C9 m °- ° W _ Z m 22 U Z Z ,-, v-m ma= mY WO <"- �"?it m �O< ° u m 1-2E .--LEI--,, E 0> eu(,� mamQ v� t< ea arm K� r m rQm Q c° m a s co m z m 0 m m 'm' a1? d E CI e W Qvo va m p�mNQ m V w-Q =Lan <° ° a. Q Vm `dLL m'-e aZmCm N m:. W- - m c V g- c c C m•.o m' a g E y 2.o w li g Q u u p u "S-<~ O O 'c= °i T Z - m LL m a c Ti 3 Y ti d in g::m Z 3 ° O v1m�x3� ° NmU army E w > mngVal !Z 2 wg aom!Adao o °= := I;- O5 W O C— o 2 V%O., e e Y Y as QFQ pa=2 EoS mm Q,'W� ?m?'5E-.§mN 80 52 ` c 0 d v v ad d m ; d d a aa1 E g Z m o-am a Z 'f z¢t J er5-- W m m w an d'- m o o H a d m cc J8 a d m e m o a d > m eo o O ° W W d 0 E' 5 m��1-�U' E= Zin c7 t � �Ux'a mLL0C7 x1a_I�a ff� C� mr-'¢rAa in m'aHUma m H-uf m "M°"mA mm°�, � Packet Page-562 Nm NN Q" m INN N N N ...MOM M M M M M th M en - � N o 10/22/201316.B.1$m ' w .0mm om 0 . a. J N a . a 28 '22 64 E C ' C i3 : CmG N NNN NN N N N w N 32z U 888 0 0 S O S S O C g g .. . O O G . a N w w w w w o p M Z 7 N O O O 00 O O O 0 O O O O O O O O 1.1 N n r r 0) N < 0 N N c J C Q 7 16 m c a,2 - N NNN .. N N N w N U > E Q m oo,°o,S 00,°O °O o° °o °o °o, >. M o 0 0 o N 9 z D N m .°-N '22 0 0 p 0 0 0 O S p O O O O a m m^b O1' N O G C mq J N i0 M ' 10 N '1 H O m •O g c 6 m n m m N . N H N ... N N N M M 8 c W °°° °° ° ° °0 m ti o o o CIO wa N- ° w a w N w w w c 2 c 2 : m a.. m. o00 Ooo 0o O o 0 el N O 000 0 00 O O O O O b A N N m'm NV N f ifi°1 ^ O Q N F O 3 51- C d > N NNN wN N N N N w h E E W°' O O O O O O O O O O Of �I 0 Z E NNN N.- w N '°•� 0 N c re 2 N 2 W W 7 N C. 14 22 2:?-2 2 N m 22 N h f• m 4 h wow o o f O N m C N N C Q N f N C C P . S3 m .N-I .0. N NNN N M N N M N M m v H o 0 °a°.. N. N 100 N N N N • a` .00« ° • « w f F a w .. w N a m N I- E w w w w w w w w w w a a- N _.d m`it m- E m r m m m w m 2 Six 'v - 2 2 v m a °W A °-m Q ` c a a_c N g ° m~ am % o2m a > °a .=9 E C Ya ato m (j 2' „ , mm a m m ° `> N ° N ° ma J m E, m v r c m t o'_d f n >Fm E t` ; -- - c EF c 3 7 m = _ c a ._ > cm mLL > e z,,CL m = 2m al- m > w~ m.... m !C =a ° m 7 > _ vE m rd c U m m m m m v . 2 y.5~ q a 2 m" m 0 9 m y m q 2 m a ° m 1 m m o- c 3 s E N 2 E.g m m£°a m=ff 6m .LLmm, c N LLm2 . ,2 ° m g . .02:, ° >> 0 e U U o 'U c a ny O aa 088 . . . Ow.v m o j m d E C m mo▪ 2 m io LL 9 m p 3 a U 9 - E a a ' c ° z m E m m m n O aE U-.°> °a 0y 0=52 j.0 `a mm E 2EN2 . .20°-7.28 c$° W e = 0,2 ; e° mamcm m o o 0 c o 2 °mc5aJ - 15 . n ? :Epo s g pr�>"m U o .113z_ -2 3 mm1c ; m 0Oac EOO , aEOa 0 N > m c 2,r ° m y o a = m O N m'0 K m 0 m 0 ° E 5 cm t° a t o o w.2 Eg'22 o2ma 20 Ec ' 0� om'c 'mcEco 'mo Ems Z • E t .aE v OYar Y> ~ ba F >. ° > m: m p 2m20-` go 08>g-822718—R. 8 E c ° E a E mL 2, 2037121=17179 ,7, v o$u _=° °m2 Ea EP2 E 21'Ilia u amm > °> U2 S -N f W£ 29. . ...E.- 9. ' a faFm 2 U .mm ,%--'767, 12a-° E a m m2 m rec-da m 0m- t 2 2 W N ¢ m O 2 n W Lm m mL=n o m f e E-'mL mIam d mr0 t = m U kia U .. 9= = c? C7 ma n ' m " y a c�9ay a > O ' m '> > .�m0c ` `; g3 ., . -2,= .. .u, , ,, .` m ;20 ma >f cr o,w m w m o - . oE_ W r ° rn � °m .E9¢ E c «-'= Z'y-v y m x c .0= = a `I a80-'. .=4, 2'1- 2-'. '. go >m W d m m y Um - m e U 1L m o r m a m=o m C OS WccEo - mm n ; vy2a `a cEro t EVm LCaE0w O „ ' L m m°� " .> m m mp ` y °.m (7 u >.-daa� >-.m aE.c K , o L. m _ m mU m pta7 o anm >w da naiE m ?c na1- >gHQCa =O¢m ° ` 9 ?m E ° =` m x c m a O m d - ma &O E i E a U N c oE U m m m r U-m W m ad � y > o°accEEac >aOm°m� mcca? 0 0 0 o a°° 10/22/2013 16.B.1 . 01 .- c c o o0o in vicc o c Z ; 9 2 F O C C 0-9 3 6 N N N N .....................«............... �'2 2 W° O O - 8888888888888888888888888888 `m 2 o °a o o Ci 0 C1 N O H N Ci O C Ci D O C Ci O O Y'1 O C O ✓ E a,O O H O O N°O O 0 0 0 0 N O O m ^O N to A-' �<„ °� NNwN.nN«w««Nw«NN«av«.n'p Y' wNNNNN mu ~ 2 m w O °, C O°,°°$°,o°°°°0 0 0 0°O°°°°°°0°°°° ° J G O ' C O g C g O 0 g N;O 8 O,-C O N C 8 O N 8 o g O 8 0 Q W w m O W O N M N N N M N N 00 O N M N M V M<M a • F ' p T A ~ ; N N N w w NN w.NN N M N H N N N N N N M N N N N N H N N N N N N Q W O ° O 8888888888888888888888888888 C u --. O O O 0 0 0 oioccoS000iogooi000000c�ri^Soocoo 3 1 M w O N m O N M w H N M N°NN N O.-H 0.-M MM NN O•- V M.0 w Q 3 A-2 w - www wNw wN «ww„ww 2 N N 7 N C o 0 00 ° 0 0 0 0 0 °°° °° o 0 0 0 0 0 00 O° o ° 0 0 0°0°°°0°°°OO°°°°0°00°°,°0,000°0, 000 ' 000vi of vicoocogoou.ocin0vicooccco N Q N N m N h m N O N O M N 0.-N O MINI,A N N i° N N N N N N r F 0 r_ ep C H 6- 0 y N N N M w *.4 N N N N N w N M N p N H M N N N N p w N N w w N H N N ill C'C W O O O O 8888888888888888888888888888 9 o 2O 0 0 ° m o0o getgnoocooN covio cvi0 vi0000 oco O O O O N O N ro N O N V O N O O O A O W NN O 10 N O cum M N N NH ^404040404069.6901 w N N p M M 694040494044.11940 H N N C 2 _ D w m 8888888888888888888888888888 �j O O O O �... O O G 666666666666666666666.666666 J M m N aV o o.No rN V. o No m o o ° N es a - ° IA� NM C F m gg2 ............................ ° H N N N N (7 E W 00 00 ° N0 8888888888888888888888888888 m E V ° p O g o N 0 0 0 u°'.Y°1 u°O N O O N n g O h N N N m N O g O N O w tJ m.M N N H w '«N H N M N H M«N N N N N N N N N M w M M 2 w L W 2 i •A 888888888888888888822888888 .n 2 m O O O . m 0 O O O O Ci A N a'Ci V)N OO OO O -0' Ci M n N O O C) A C J N H ro tm0 m O M` N'NQ N M'N N N N.-O N M N M N M C N� C C P = M N T y p H H N ............................ m ~022 m Z ° O O 0 8880 0 00 0 0 0 0 0 80 0 0 0 0 0NN 8880 0 0 • O U A 1 K 0e • m p _s- -G O O O � U 5- a N ,N V N M a H M N ON 0 N M N tI w N N NN H p N NNNNNN N N N N N N N N d it a 0 N o I- E 2w w Si w wwwWWWWUWwwwwwWWWWWWwwwwwwww 7 . a ff N E N c °? E 9E - o TA' E mua °ta E mALL=A °4m_ rn0 g)O m-a N 0 m a y a"'a m m a cv o= c om S0> ?m Y 2-52M o' g n g` a J u i m m °E m m E m c o °a ° 3 A� . V754 mam � hwm Q - EptEN4 a0°1 ai , 1gg % 9203 Ern ° ,m- a E vKyE° ' UKm ° 's° mom oN n gta C - m oda-J a c7- m EK N N U N C U p G ?(7 • E 8 `-4▪ H m ` m'd r aNNa_ o 8m ' Nm2iE nm n ° e , =r =3 � > 61- 012.20 m = a° 82 mE-'O 8E ° Si - Z g 4-m J s Sa 51M--: ` N N, J9g mE3aE=n ro0 >° = E 0 >°xrE LL - c ac E ma-LL - i Eint 0 Kc N aa= i !a U m . 2'Sm g. o. a a ° f W w d N K °Al v m a m a ° m v ° !O a rn j m m a y 0 ❑ >V `( yo LL No J _ �°V vi ¢ CJ o ' i-v x 7 W oa J= o >.o.a ° N E.m o. d - dmOdbg E ga m°>°� ° o g 2 0 2 -o 001a 2 o g g ,1-m an d J W N J vTN m O O 'Egg 2- >>U m$ °>m U $cYt-U N d 7 7 O ° O ° -0, 0, ' _.omNos t2244>- Ec2miY Ez m!^OjaE I a- aJo 0 o . r LL 7LL O°- m8 - m . n mtemm ? a Ia4a g n QLL . ..re m 0 y a3o m .'am c - m o E ma (22 x_0 .. E,_ , 0 u u °- o°O o v; . .E c J 7 o i 88888 00o 0 O 000000 0 0 O o 0 0 8 o 0 0 O o Nti O�O H m m m N�0omoN O No •- 10/22/2013/2013 16.6.1 . .� iC J<< < N N N O. ' O e. N N�O Z a g a ^N m a a a Y>>> Y O ca C - - cc 231 J Y Cq ...... N w N w H H.......... wNwNNNNww NNNH✓ ww NHN N MMN q 9 `Z yo 0 0 o O 00 0 0 0 O o 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 p g C 0 O G 0 o O N 0 o O o o O 0 N N O W N W,M 0O N w m N m w w w O w w w N O U 1a a M W M N w w M w w w w H N N N M M w Z m OOOOOOOO°O, 88888808888 88€888888888 OO 1'ie o,a J ooNoo 'NNu>YiNppp OCiOOCppoNoN N�,pi�� C J O O N O m <M M N N A n 'S N ' O N O O O G O A O n W �m m M a N '�i��N 8 .1.1 N >›->>»-»-> q > q r Lf wwwww wwwwwaee)wwww 4Nwwww.Nww wN,N'N n g< '6'88888 O o o O O O o 0 o O O 8888888888 r C O O ri m 0 W m n -O 0 O N g S O O O g 3 a w w w w w N W W M w N N w w N w w w w w w w` w w Z m c 88888 oo8000OOOOO O 88E,!8888.888 o a 88:22 2 m o 0 o N o N O n io.oN�N N o 0 0 0 o o 0 0 16 4 ae eg m m m O N N A ^N m a O m 0 N a 0 a m y N N t <s N 1� 1� c G a' a a a a»»>, &•a g. 'M.NN p ;a J0 O° 888888888888 O O O O O O O m o O N 32 !;; ; W N N o N o N N o 0 0 0 W t6 N N wa 0 a 2 K W wwwwww NN ww O 0000000000 0 0 0 0 0 0 0 0 0 0 0 O .N O N,m n m m N M ni,NA S OM Y Y Y Y Y Y Y Y Y 5- d c a a y m p w w w w N w w w w w wwwwww w w w w.....w wwMN U E W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O o 0 0 0 0 0 o O 0 e V 0 0 0 0 0 O O o O O O o O O O O O O O O O o o O o o O c M o c N o N N o o o o.c M c o a N S N N O•o N om o W Naaua 'd t a°a N N M M M N N K w M N N N. ` c 'n w W.. M M N N w w Y W 2 0 C y 0 0 0 0 N N N n n m N 0 N 0 O O m 8888888882 0 N N - 0 0 C N N nh N 0 m f0 O N N O N N O' '4 C J In(N 1i1aN O On .- "7:::4.7n1 aA N q 4 m10N N .-N«N �N N',�jN� ¢ 9 Q - co la e Y Y>>>>a Y - N C •C 1- 80 q ti ,. H N N H H H N N N w N N N a a �..a NM NwwwwwN wNNNH NN.N',N t t g, S W 0 0 0 0 0 0 0 0 0 0 0 m 0 o N 00 N 00 0 0 N O U 0 0 1(1 O m N N n N N N N ONO N m 1°h 1°N 0 7 G O 0 O 2g44,78,'2:8,2 N CI' N' N'N O f N N a O m a a a a s w e a M -----.....;-»...7,14-u N'Nq N w w w N • E F ma H W w W N M l� W a w o ' F E E wwwww wwwwwwwwwwww wwwwwwwwww s m 0 la d'O N d C im O. 0 w O 3 Ee 2 „m a A d a C 8 e 3 E L u r aaJxE m mma c `j O C i W C J q egg 5-iz ° v 28 �UL u C m >A mF vz 5 a a 6 n d w 3 p - o E . _ 1- J E e y N C _ d 6 d C « R m' C. C C _NN C O O F a N O a q O Z a n n O ^ §^p° O a^ ”o °o C L' S m c 5 N N :5, 0 m q fD q •o e 0 '6 N C g O N q m a% 0 4 oSE N'§n E N a s , Q a y a 01 U 0'1 io d- 1% a o b o �aU m a q E m ?UN� n w 01 LL LL LL a C m H m 2 n 4 O. K. R .Q t md- o c E E . w &u C iw00 c am aa-a q tz y 'm O LL t L n x a0 I c D is w C =U ,7N- q= dq E o m E N E.E ° LE ` o o V E ° c a E 1- E Q - \- memu c W•T,em y 0 ro a. . q . dmc 01-1- mmcn� Q 0 q °% eQa. v a n g E E a 8 °0 0 0 0m =0° q a m E O O n d ° a E° o g A m U d m c Q E° o a m q0 u 5o w .g a. _i m mi vrn= .70 .- f� c m Z .c y 0 U c c° s.E E m mN g m E v m m-- mo m p c O1 am( o amlyr mpjN m E O 3m° a = E E E « m q aaa E E S°°U e c a a a V U o o o o m c c c 6 a a a o 2� 22 d °Nm q=a O a n m N m W a d m m m m m m 0 m g m S; ° v 55 n n0]O t tJ tfn n n(nc e 1-J J QQn n S l LL F5 N K W m mmmmm X2241-32888»22M8 Packet Page-565- d 10/22/2013 16.B.1. Colter C..eouxrty Adn*tstralive Service D vision Purchasing INVITATION TO BID Date: July 30, 2013 From: Brenda Brilhart, Procurement Strategist (239) 252-8446 (Telephone) (239) 252-6697 (FAX) brendabrilhart@colliergov.net (Email) To: Prospective Vendors Subject: ITB 13-6022R—Immokalee MSTU Roadway Landscape Maintenance As requested by the Immokalee Community Redevelopment Agency (CRA), the Collier County Board of County Commissioners Purchasing Department has issued this ITB for the purpose of obtaining fair and competitive responses. Please refer to the Public Notice included in this document for the opening date and time and any applicable pre-ITB conference. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department E-Procurement website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. We look forward to your participation in Collier County's competitive procurement process. cc: James Sainvilus, Project Manager Note: All ITB responses submitted must include one (1) original labeled MASTER, along with one exact duplicate copy, including all required forms. rCiUN W chaseig Department•3327 Tamiami Trail East•Naples,Florida 34112-4901•www.coliiergov.netpurchasing ITB 13-6022R Immokalee MSTU Rdway Landscape 1 Packet Page-566- 10/22/2013 16.B.1. Invitation to Bid Index Public Notice 2 Exhibit I: Scope of Work, Specifications and Response Format 4 Exhibit II: General Bid Instructions 6 Exhibit III: Standard Purchase Order Terms and Conditions 11 Exhibit IV: Additional ITB Terms and Conditions 14 Attachment 1: Vendor Submittal -Vendor's Non-Response Statement 20 Attachment 2: Vendor's Check List 21 Attachment 3: Vendor Submittal - Bid Response Form 22 Attachment 4: Vendor Submittal— Local Vendor Preference Affidavit 24 Attachment 5: Vendor Submittal— Immigration Affidavit 25 Attachment 6: Vendor Substitute W— 9 26 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements 27 EXHIBIT A— SCOPE OF SERVICES 1. Mowing and Edging: Mowing and edging shall include medians as well as those areas along the outside edge of the sidewalks of adjacent properties that are not currently maintained by the property owners. 2. Landscape Care: Plant material installation, maintenance (pruning, fertilizing, herbicide), Irrigation system maintenance and repair. 3. Cleaning and Sweeping: Cleaning (street sweeping, gutter cleaning,paver pressure washing, Site furnishing cleaning and repair. EXHIBIT B —WORK AREA QUANTITIES ITB 13-6022R Immokalee MSTU Rdway Landscape 2 Packet Page-567- 10/22/2013 16.B.1. Public Notice Sealed bid responses for Solicitation ITB 13-6022R — Immokalee MSTU Roadway Landscape Maintenance, will be received either electronically or manually submitted at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112 until 2:30 p.m. Collier County local time on August 9, 2013. Solicitation responses received after the stated time and date will not be accepted. ITB 13-6022R Immokalee MSTU Roadway Landscape Maintenance A pre-bid conference will not be held for this solicitation. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department E-Procurement website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. All solicitation responses must be made on the official ITB response form included and only available for download from the Collier County Purchasing Department E-Procurement website noted herein. ITB Documents obtained from sources other than Collier County Purchasing may not be accurate or current. Collier County encourages vendors to utilize recycled paper on all manual bid response submittals. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/Joanne Markiewicz Interim Purchasing/General Services Director Publicly posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the lobby of the Purchasing Building on July 30, 2013. ITB 13-6022R Immokalee MSTU Rdway Landscape 3 Packet Page-568- 10/22/2013 16.B.1. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Immokalee Community Redevelopment Agency (CRA) (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB") with the intent of obtaining bids from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and Specifications stated herein. Brief Description of Purchase: To obtain an annual contract for roadway landscape maintenance for the Immokalee Municipal Services Taxing Unit (MSTU). Detailed Scope of Work- See Exhibit A Award Criteria An ITB award criterion is as follows: • All questions on the Bid document shall be answered as to price(s), time requirements, and required document submissions. • Award shall be based upon the responses to all questions on the Bid Response Page(s). • Further consideration may include but not be limited to, references, completeness of bid response and past performances on other County bids/projects. • Prices will be read in public exactly as input on the electronic bid response form or written on the manually submitted Bid Response Page(s) at the time of the bid opening; however, should an error in calculations occur whenever unit pricing and price extensions are requested, the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper response. • The County's Purchasing Department reserves the right to clarify a vendor's proposal prior to the award of the solicitation. • It is the intent of Collier County to award to the lowest, qualified and responsive vendor(s) in accordance with the following methodology: awards will be based on the total base plus alternates. • The agreement will be in the form of a standard short form contract. Term of Contract The contract term, if an award(s) is/are made is intended to be for one (1) year with three (3) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made on the contract anniversary date, in writing, to the Purchasing Director. Price adjustments are dependent upon budget availability and program manager approval. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. ITB 13-6022R Immokalee MSTU Rdway Landscape 4 Packet Page-569- 10/22/2013 16.B.1. Projected Timetable Event Date Issue Solicitation Notice 7/30/13 Last Date for Receipt of Written Questions 8/5/13 Pre-solicitation meeting N/A Addendum Issued By 8/5/13 Solicitation Deadline Date and Time 8/9/13 Anticipated Evaluation of Submittals Week of 8/12/13 Anticipated Board of County Commissioner's Approval Date 9/24/13 Vendor Required Documents • Attachment 1: Vendor's Non Response Statement • Attachment 2: Vendor's Check List • Attachment 3: Vendor Bid Response Form • Attachment 4: Local Vendor Preference • Attachment 5: Immigration Law Affidavit • Attachment 6: Vendor Substitute W-9 • Attachment 7: Insurance and Bonding Requirement • Proof all required licenses and certifications for Federal, State and County requirements prior to selection. • Valid State of Florida Pesticide License that complies with all Federal, State (Chapter 482) and local laws and regulations • References letter or work experience in Ornamental Horticulture and/or Entomology or the equivalent practical experience approved by the Project Manager • Current County Contractor's Occupational License for Pest Control Service • Maintenance of Traffic (MOT) certification or class schedule ITB 13-6022R Immokalee MSTU Rdway Landscape 5 Packet Page -570- 10/22/2013 16.B.1. Exhibit 11: General Bid Instructions 1. Purpose/Objective As requested by the Collier County departments or divisions identified in Exhibit 1, the Collier County Board of County Commissioners Purchasing Department (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the "ITB", or "Bid") with the sole purpose and intent of obtaining bid responses from interested and qualified firms in accordance with the terms, conditions, and specifications stated and/or attached herein/hereto. The successful vendor will hereinafter be referred to as the "Vendor" All bids must be submitted on the Bid form furnished by the County noted in Attachments 2, 3, 4, 5, 6, and 7 of this ITB. No bid will be considered unless the Bid form is properly signed. Vendor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non-responsive. 2. Pricing Vendors must provide unit prices using the unit of measured specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as outlined in Exhibit I: Term of Contract. 3. Alternate Bid Pricing In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price will be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non-responsive and will not be considered for award. 4. Equal Product Manufacturer's name, brand name and/or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and/or design required, and is in no way intended to prohibit the bidding of other manufacturer's items of equal or similar material. An equal or similar product may be bid, provided that the product is found to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid must be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results, if applicable, of unit bid as equal or similar. Equal product samples, if required for evaluation, and at no cost to the County, must be submitted with Bid. Unless otherwise directed in the solicitation, the bid will not be considered unless samples are delivered to specified address by bid due date. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. 5. Discounts Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. ITB 13-6022R Immokalee MSTU Rdway Landscape 6 Packet Page-571- 10/22/2013 16.B.1. 6. Exceptions Vendors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS." Failure to indicate any exceptions to the specifications shall be interpreted as the Vendors intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the exceptions are material in nature, and if the Vendor's exceptions may be declared grounds for rejection of bid proposal. 7. Addenda The County reserves the right to formally amend and/or clarify the requirements of the bid specifications where it deems necessary. Any such addendum/clarification shall be in writing and shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County Purchasing Department E-Procurement website: www.colliergov.net/bid. Before submitting a bid response, please make sure that you have read all, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in the rejection of your submittal. 8. Bid Submission All electronic bids shall be submitted online via the Collier County Purchasing Department e- procurement website: www.collieraov.net/bid. All paper bids shall be submitted to the County Purchasing Director, Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112, by the date and time as stated in the Legal Notice. The County assumes no responsibility for bid responses received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late bid responses shall be returned unopened, and shall not be considered for award. Vendors must submit one (1) paper copy clearly labeled "Master," and one compact disk (CD's) with a copy of the proposal on each CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. All bids sent by courier service must have the bid number and title on the outside of the courier packet. Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Purchasing Department Internet bid site. 9. Questions If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County Purchasing Department Internet website: www.colliergov.net/bid. Questions will not be answered after the date noted on the ITB. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department E-Procurement website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. ITB 13-6022R Immokalee MSTU Rdway Landscape 7 Packet Page-572- 10/22/2013 16.B.1. 10. Protests Any actual or prospective respondent to an Invitation to Bid, who has a serious and legitimate issue with the ITB shall file a written protest with the Purchasing Director prior to the opening of the bid or the due date for acceptance of bid. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the advertised date for the opening of the bid or the acceptance date for the Request for Proposals. 11. Rejection and Waiver The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County. Vendors whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non-responsive. Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non-responsive. 12. Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 87-25, and Collier County Resolution Number 2008-181 establishing and adopting the Collier County Purchasing Policy. The Collier County Board of County Commissioners has adopted a Local Preference "Right to Match" policy to enhance the opportunities of local businesses to receive awards of Collier County purchases. A "local business" is defined as a business that has a valid Business Tax Receipt, formerly known as an Occupational License issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County quote or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their quote or proposal to be eligible for consideration as a "local business" under this section. When a qualified and responsive non-local business submits the lowest price quote, and the quote submitted by one or more qualified and responsive local businesses is within ten percent (10%) of the price submitted by the non-local business, then the local business with the apparent lowest quote offer (i.e. the lowest local vendor) shall have the opportunity to submit an offer to match the price(s) offered by the overall lowest, qualified and responsive vendor. In such instances, staff shall first verify if the lowest non-local vendor and the lowest local vendor are in fact qualified and responsive vendors. Next, the Purchasing Department shall determine if the lowest local vendor meets the requirements of Section 287.087 F.S. If the lowest local vendor meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest local vendor to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest local vendor submits an offer that fully matches the lowest quote from the lowest non-local vendor tendered previously, then award shall be made to the local vendor. ITB 13-6022R Immokalee MSTU Rdway Landscape 8 Packet Page-573- 10/22/2013 16.B.1. If the lowest local vendor declines or is unable to match the lowest non local quote price(s), then award will be made to the lowest overall qualified and responsive vendor. If the lowest local vendor does not meet the requirement of Section 287.087 F.S. and the lowest non-local vendor does, award will be made to the vendor that meets the requirements of the referenced state law. Vendor must complete and submit with its quote response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Vendor to submit this Affidavit with their quote response will preclude said Vendor from being considered for local preference under this solicitation. A Vendor who misrepresents the Local Preference status of its firm in a quote submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with any of the competing vendors determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 13. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet- based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.00v/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be 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 and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach ITB 13-6022R Immokalee MSTU Rdway Landscape 9 Packet Page-574- 10/22/2013 16.B.1. of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14. Lobbying All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied either individually or collectively about a project for which a firm has submitted a bid. Firms and their agents are not to contact members of the County Commission for such purposes as meetings of introduction, luncheons, dinners, etc. During the bidding process, from bid opening to final Board approval, no firm or its agent shall contact any other employee of Collier County with the exception of the Purchasing Department. 15. Certificate of Authority to Conduct Business in the State of Florida (FI Statute 607.1501) In order to be considered for award, firms submitting a response to this solicitation shall be required to provide a certificate of authority from the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 (www.sunbiz.oro/search.html). A copy of the document shall be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 16. General Information When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is the best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall ask vendors to submit certification that they have a drug-free workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. 17. Bid Award Process Award of contract will be made by the Board of County Commissioners in public session. Awards pertaining to the Collier County Airport Authority will generally be made by that agency's approval Board. Award shall be made in a manner consistent with the County's Purchasing Policy. Award recommendations will be posted outside the offices of the Purchasing Department as well as on the Collier County Purchasing Department website on Wednesdays and Thursdays prior to the County Commission meetings. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. ITB 13-6022R Immokalee MSTU Rdway Landscape 10 Packet Page -575- 10/22/2013 16.B.1 . Exhibit III: Standard Purchase Order Terms and Conditions 1. Offer delivery; provided that risk of loss prior to This offer is subject to cancellation by the actual receipt of the goods by the COUNTY COUNTY without notice if not accepted by nonetheless remain with VENDOR. VENDOR within fourteen (14) days of issuance. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise 2. Acceptance and Confirmation specifically stated in this Purchase Order. This Purchase Order (including all documents Unless otherwise provided in Purchase attached to or referenced therein) constitutes Order, no invoices shall be issued nor the entire agreement between the parties, unless payments made prior to delivery. Unless otherwise specifically noted by the COUNTY on freight and other charges are itemized, any the face of this Purchase Order. Each delivery of discount will be taken on the full amount of goods and/or services received by the COUNTY invoice. from VENDOR shall be deemed to be upon the c) All shipments of goods scheduled on the terms and conditions contained in this Purchase same day via the same route must be Order. consolidated. Each shipping container must be consecutively numbered and marked to No additional terms may be added and Purchase show this Purchase Order number. The Order may not be changed except by written container and Purchase Order numbers must instrument executed by the COUNTY. VENDOR be indicated on bill of lading. Packing slips is deemed to be on notice that the COUNTY must show Purchase Order number and objects to any additional or different terms and must be included on each package of less conditions contained in any acknowledgment, than container load (LCL) shipments and/or invoice or other communication from VENDOR, with each car load of equipment. The notwithstanding the COUNTY'S acceptance or COUNTY reserves the right to refuse or payment for any delivery of goods and/or return any shipment or equipment at services, or any similar act by VENDOR. VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees 3. Inspection to declare to the carrier the value of any All goods and/or services delivered hereunder shipment made under this Purchase Order shall be received subject to the COUNTY'S and the full invoice value of such shipment. inspection and approval and payment therefore d) All invoices must contain the Purchase Order shall not constitute acceptance. All payments are number and any other specific information as subject to adjustment for shortage or rejection. identified on the Purchase Order. Discounts All defective or nonconforming goods will be of prompt payment will be computed from the returned pursuant to VENDOR'S instruction at date of receipt of goods or from date of VENDOR'S expense. receipt of invoices, whichever is later. Payment will be made upon receipt of a To the extent that a purchase order requires a proper invoice and in compliance with series of performances by VENDOR, the Chapter 218, Fla. Stats., otherwise known as COUNTY prospectively reserves the right to the "Local Government Prompt Payment cancel the entire remainder of the Purchase Act," and, pursuant to the Board of County Order if goods and/or services provided early in Commissioners Purchasing Policy. the term of the Purchase Order are non-conforming or otherwise rejected by the 5. Time Is Of the Essence COUNTY. Time for delivery of goods or performance of services under this Purchase Order is of the 4. Shipping and Invoices essence. Failure of VENDOR to meet delivery a) All goods are FOB destination and must be schedules or deliver within a reasonable time, as suitably packed and prepared to secure the interpreted by the COUNTY in its sole judgment, lowest transportation rates and to comply shall entitle the COUNTY to seek all remedies with all carrier regulations. Risk of loss of available to it at law or in equity. VENDOR any goods sold hereunder shall transfer to agrees to reimburse the COUNTY for any the COUNTY at the time and place of expenses incurred in enforcing its rights. ITB 13-6022R Immokalee MSTU Rdway Landscape 11 Packet Page-576- 10/22/2013 16.B.1. VENDOR further agrees that undiscovered VENDOR shall indemnify and hold harmless the delivery of nonconforming goods and/or services COUNTY from any and all claims, including is not a waiver of the COUNTY'S right to insist claims of negligence, costs and expenses, upon further compliance with all specifications. including but not limited to attorneys'fees, arising from, caused by or related to the injury or death 6. Changes of any person (including but not limited to The COUNTY may at any time and by written employees and agents of VENDOR in the notice make changes to drawings and performance of their duties or otherwise), or specifications, shipping instructions, quantities damage to property (including property of the and delivery schedules within the general scope COUNTY or other persons), which arise out of or of this Purchase Order. Should any such change are incident to the goods and/or services to be increase or decrease the cost of, or the time provided hereunder. required for performance of the Purchase Order, an equitable adjustment in the price and/or 11. Warranty of Non-Infringement delivery schedule will be negotiated by the VENDOR represents and warrants that all goods COUNTY and VENDOR. Notwithstanding the sold or services performed under this Purchase foregoing, VENDOR has an affirmative obligation Order are: a) in compliance with applicable laws; to give notice if the changes will decrease costs. b) do not infringe any patent, trademark, Any claims for adjustment by VENDOR must be copyright or trade secret; and c) do not constitute made within thirty (30) days from the date the unfair competition. change is ordered or within such additional period of time as may be agreed upon by the VENDOR shall indemnify and hold harmless the parties. COUNTY from and against any and all claims, including claims of negligence, costs and 7. Warranties expense, including but not limited to attorneys' VENDOR expressly warrants that the goods fees, which arise from any claim, suit or and/or services covered by this Purchase Order proceeding alleging that the COUNTY'S use of will conform to the specifications, drawings, the goods and/or services provided under this samples or other descriptions furnished or Purchase Order are inconsistent with VENDOR'S specified by the COUNTY, and will be of representations and warranties in section 11 (a). satisfactory material and quality production, free from defects and sufficient for the purpose If any claim which arises from VENDOR'S breach intended. Goods shall be delivered free from any of section 11 (a) has occurred, or is likely to security interest or other lien, encumbrance or occur, VENDOR may, at the COUNTY'S option, claim of any third party. These warranties shall procure for the COUNTY the right to continue survive inspection, acceptance, passage of title using the goods or services, or replace or modify and payment by the COUNTY. the goods or services so that they become non-infringing, (without any material degradation 8. Statutory Conformity in performance, quality, functionality or additional Goods and services provided pursuant to this cost to the COUNTY). Purchase Order, and their production and transportation shall conform to all applicable 12. Insurance Requirements laws, including but not limited to the Occupational The VENDOR, at its sole expense, shall provide Health and Safety Act, the Federal commercial insurance of such type and with such Transportation Act and the Fair Labor Standards terms and limits as may be reasonably Act, as well as any law or regulation noted on the associated with the Purchase Order. Providing face of the Purchase Order. and maintaining adequate insurance coverage is a material obligation of the VENDOR. All 9. Advertising insurance policies shall be executed through No VENDOR providing goods and services to the insurers authorized or eligible to write policies in COUNTY shall advertise the fact that it has the State of Florida. contracted with the COUNTY for goods and/or services, or appropriate or make use of the 13. Compliance with Laws COUNTY'S name or other identifying marks or In fulfilling the terms of this Purchase Order, property without the prior written consent of the VENDOR agrees that it will comply with all COUNTY'S Purchasing Department. federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, 10. Indemnification this shall include the American with Disabilities Act and all prohibitions against discrimination on ITB 13-6022R Immokalee MSTU Rdway Landscape 12 Packet Page-577- 10/22/2013 16.B.1 . the basis of race, religion, sex creed, national conditions of this Purchase Order, provided that origin, handicap, marital status, or veterans' COUNTY has provided VENDOR with notice of status. Further, VENDOR acknowledges and such breach and VENDOR has failed to cure without exception or stipulation shall be fully within 10 days of receipt of such notice. responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 19. General as located at 8 U.S.C. 1324, et seq. and a) This Purchase Order shall be governed by regulations relating thereto, as either may be the laws of the State of Florida. The venue amended. Failure by the awarded firm(s) to for any action brought to specifically enforce comply with the laws referenced herein shall any of the terms and conditions of this constitute a breach of the award agreement and Purchase Order shall be the Twentieth the County shall have the discretion to Judicial Circuit in and for Collier County, unilaterally terminate said agreement Florida immediately. Any breach of this provision may b) Failure of the COUNTY to act immediately in be regarded by the COUNTY as a material and response to a breach of this Purchase Order substantial breach of the contract arising from by VENDOR shall not constitute a waiver of this Purchase Order. breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be 14. Force Majeure deemed a waiver of any subsequent default Neither the COUNTY nor VENDOR shall be by VENDOR. responsible for any delay or failure in c) All notices under this Purchase Order shall performance resulting from any cause beyond be sent to the respective addresses on the their control, including, but without limitation to face page by certified mail, return receipt war, strikes, civil disturbances and acts of nature. requested, by overnight courier service, or by When VENDOR has knowledge of any actual or personal delivery and will be deemed potential force majeure or other conditions which effective upon receipt. Postage, delivery and will delay or threatens to delay timely other charges shall be paid by the sender. A performance of this Purchase Order, VENDOR party may change its address for notice by shall immediately give notice thereof, including all written notice complying with the relevant information with respects to what steps requirements of this section. VENDOR is taking to complete delivery of the d) The Vendor agrees to reimbursement of any goods and/or services to the COUNTY. travel expenses that may be associated with this Purchase Order in accordance with 15. Assignment Florida Statute Chapter 112.061, Per Diem VENDOR may not assign this Purchase Order, and Travel Expenses for Public Officers, nor any money due or to become due without the employees and authorized persons. prior written consent of the COUNTY. Any e) In the event of any conflict between or assignment made without such consent shall be among the terms of any Contract Documents deemed void. related to this Purchase Order, the terms of the Contract Documents shall take 16. Taxes precedence over the terms of the Purchase Goods and services procured subject to this Order. To the extent any terms and /or Purchase Order are exempt from Florida sales conditions of this Purchase Order duplicate and use tax on real property, transient rental or overlap the Terms and Conditions of the property rented, tangible personal purchased or Contract Documents, the provisions of the rented, or services purchased (Florida Statutes, Terms and/or Conditions that are most Chapter 212), and from federal excise tax. favorable to the County and/or provide the greatest protection to the County shall 17. Annual Appropriations govern. The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and ITB 13-6022R Immokalee MSTU Rdway Landscape 13 Packet Page-578- 10/22/2013 16.B.1. Exhibit IV: Additional ITB Terms and Conditions 1. Additional Items and/or Services During the contract term, Collier County reserves the right to add related items and/or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 2. Conflict of Interest Vendor shall provide a list of any businesses and/or organizations to which the firm has any affiliation or obligations within the past five (5) years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 3. Vendor Performance Evaluation Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. 4. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 51% or more of the solicitation amount for said work. 5. Deductions for Non-Performance The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor's non-performance. 6. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 7. Environmental Health and Safety All Vendors and Sub vendors 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. Vendors and Sub vendors 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. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. ITB 13-6022R Immokalee MSTU Rdway Landscape 14 Packet Page-579- 10/22/2013 16.B.1 . If applicable, all new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 8. Standards of Conduct The Vendor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor 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. 9. Licenses The Vendor is required to possess the correct professional and other licenses, and any other authorizations necessary to perform the required work pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of all the required licenses must be submitted with the bid response indicating that the entity bidding, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the ITB documents. Failure on the part of any vendor to supply this documentation with their bid response may be grounds for deeming vendor non-responsive. A Vendor with an office within Collier County is required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. Questions regarding professional licenses should be directed to Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required Business Tax Receipt (formerly known as Occupational Licenses) should be directed to the Tax Collector's Office at (239) 252-2477. 10. Protection of Property The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub vendor in the performance of the required service, the Vendor shall repair/replace, to the County's satisfaction, damaged property at no additional cost to the County. If the damage caused by the Vendor or their Sub vendor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Vendor. 11. 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, the current Collier County Ethics Ordinance 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. ITB 13-6022R Immokalee MSTU Rdway Landscape 15 Packet Page-580- 10/22/2013 16.B.1 . 12. Invoice and Payments Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or, emailed to: bccapclerkcollierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional— payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County shall not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests shall be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices must be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or 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 contract. 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. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount ITB 13-6022R Immokalee MSTU Rdway Landscape 16 Packet Page-581- 10/22/2013 16.B.1 . of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 13. Survivability Purchase Orders: The Contractor agrees that any Purchase Order that extends beyond the expiration date of the original contract will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 14. Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in Insurance and Bonding Requirements Attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding Requirements Attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the 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 ITB 13-6022R Immokalee MSTU Rdway Landscape 17 Packet Page-582- 10/22/2013 16.B.1 . Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 15. Security and Background Checks If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing 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. 16. Maintenance of Traffic Policy For all projects that are conducted within a Collier County Right-of-Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS) on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and/or Purchasing Departments and are available on-line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 17. Debris Vendor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon the request of the County's representative, shall remove and dispose such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work. ITB 13-6022R Immokalee MSTU Rdway Landscape 18 Packet Page-583- 10/22/2013 16.B.1 . 18. Direct Material Purchase The County reserves the right to require Vendor to assign some or all of its agreements with material suppliers directly to the County. Any such goods and/or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as "County Furnished Materials" and the responsibilities of both the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. Additionally, the County at its sole option may choose to purchase some or all of the goods and/or materials from other suppliers. In either instance the County may require the following information from the Vendor: • Required quantities of material. • Specifications relating to goods and/or materials required for job including brand and/or model number or type if applicable • Pricing and availability of goods and/or materials provided under Vendor's agreements with material suppliers 19. Grant Compliance The purchase of any goods and/or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. 20. Equipment Vendor shall have available and in good working condition, the necessary equipment to perform the required service. Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site. In the event that additional specialized and/or heavy equipment (backhoe, crane, mudhog, etc.) is needed, the Project Manager must be notified in advance for approval. The reimbursement of additional equipment expense shall be at cost and will commence once equipment arrives at the service site. The County reserves the right to request and obtain documentation of the Vendor's cost, and to withhold payments until documentation is provided. ITB 13-6022R Immokalee MSTU Rdway Landscape 19 Packet Page-584- 10/22/2013 16.8.1 . Corner County Administrative Services Division Purchasing Attachment 1: Vendor Submittal -Vendor's Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons why prospective Vendors did not wish to respond to this ITB. if your firm is not responding to this ITB, please indicate the reason(s) by checking any appropriate item(s) listed below and return this form via email or fax to the Procurement Strategist listed on the first page or mail to: Collier County Purchasing Department, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): Solicitation: ITB 13-6022R—Immokalee MSTU Roadway Landscape Maintenance ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Firm's Complete Legal Name Address City, State, Zip Telephone Number FAX Number Signature/Title Type Name of Signature Date: ITB 13-6022R Immokalee MSTU Rdway Landscape 20 Packet Page -585- 10/22/2013 16.B.1 . Cottler County Administrative Services Division Purchasing Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashier's check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E-Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: ITB 13-6022R—Immokalee MSTU Roadway Landscape Maintenance 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature &Title Date ITB 13-6022R Immokalee MSTU Rdway Landscape 21 Packet Page-586- 10/22/2013 16.B.1 . C.4111-er County Adnnnissrative Services Division Purchasing Attachment 3: Vendor Submittal - Bid Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: ITB 13-6022R— Immokalee MSTU Roadway Landscape Maintenance Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this Bid is accepted, to contract, either by a County issued purchase order or formal contract, to comply with the requirements in full in accordance with the terms, conditions and specifications denoted herein, according to the following unit prices: * * * SEE FOLLOWING PAGES * ** Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: % Days; Net_ Days ❑ Bid Response Form is electronic. Please input your prices online. Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Purchasing Director for approval within fifteen (15) days after being notified of an award. ITB 13-6022R Immokalee MSTU Rdway Landscape 22 Packet Page-587- 10/22/2013 16.B.1. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 20 in the County of , in the State of Firm's Complete Legal Name Address City, State, Zip Florida Certificate of Authority Document Number Federal Tax Identification Number Telephone Number FAX Number Signature/Title Type Name of Signature Date **************************************************************************************************** Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name Address City, State, Zip Contact Name Telephone Number FAX Number Email Address ITB 13-6022R Immokalee MSTU Rdway Landscape 23 Packet Page-588- 10/22/2013 16.B.1 . Co ,er County Administrative Services Division Purchasing Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: ITB 13-6022R— Immokalee MSTU Roadway Landscape Maintenance (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business ❑ Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or❑ Lee County: Number of Employees (Including Owner(s) or Corporate Officers): Number of Employees Living in ❑ Collier County or❑ Lee (Including Owner(s) or Corporate Officers): If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Date: Address in Collier or Lee County: Signature: Title: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of , 20 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) ITB 13-6022R Immokalee MSTU Rdway Landscape 24 Packet Page-589- 10/22/2013 16.B.1 . Cork ler County Adrrcnistral ve Ser ces Division Purchasing Attachment 5: Vendor Submittal—Immigration Affidavit Solicitation: ITB 13-6022R—Immokalee MSTU Roadway Landscape Maintenance This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/ Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of , 20 , by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. ITB 13-6022R Immokalee MSTU Rdway Landscape 25 Packet Page-590- 10/22/2013 16.B.1 . Coder County Adrrinistradve Services Drvision Purchasing Attachment 6: Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) _Individual/Sole Proprietor _Corporation Partnership Tax Exempt(Federal income tax-exempt entity _Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification (D =Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number ITB 13-6022R Immokalee MSTU Rdway Landscape 26 Packet Page-591- 10/22/2013 16.B.1 . Cofer County A irrinistrative Services Division Purchasing Attachment 7: Vendor Submittal -Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $2,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/ Consultant 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 wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant 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. 4. ® Automobile Liability $ 2,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired;Automobile Included 5. El Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence El Pollution $ Per Occurrence El Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ITB 13-6022R Immokalee MSTU Rdway Landscape 27 Packet Page-592- 10/22/2013 16.B.1. 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-"or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as"ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ❑ Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number ITB 13-6022R Immokalee MSTU Rdway Landscape 28 Packet Page-593- 10/22/2013 16.B.1 . EXHIBIT A—SCOPE OF SERVICES SPECIFICATIONS These specifications are intended to provide the information by which prospective bidders may understand the minimum requirements of Collier County relative to entering into a Contract to furnish, deliver and provide services related to "IMMOKALEE MSTU ROADWAY MAINTENANCE" for Collier County Arterial Road Rights-of-Way within the boundaries as stated in the Project/Roadway specs. All sections of the General Specifications may not be applicable to all roadway segments listed. The work covered by this Contract requires a weekly servicing of roadway areas designated as described in the specifications. This requires the furnishing all labor, equipment, materials and services necessary to satisfactorily perform grounds maintenance, as determined by the Project Manager or the designated Owner's Representative as follows. If the project's weekly services require more than one (1) day per week, then the weekly services shall be performed on consecutive days. The areas of work included in these specifications are located as described below and/or as shown on the plans attached to these specifications to include medians, side ROW, retention areas, sidewalks, curbing, guardrails, landscaping, and irrigation observation as described in this contract. In order to obtain representative unit prices for Landscape Maintenance and repairs, interested contractors are requested to submit price bids for those bid items listed on the Bid Form for work items they are qualified to perform or sub-contract. The following work group categories are included in the Bid Form and are described in more detail in Exhibit B: TURF MOWING SPECIFICATIONS Estimated Quantities for Turf Mowing are described in Exhibit B. TURF MOWING AND EDGING Mowing and edging shall include medians as well as those areas along the outside edge of the sidewalks of adjacent properties that are not currently maintained by the property owners. Right-of-Way mowing is required from edge of pavement, back of curb, or sidewalk to the Right-of-Way line (in most cases the power pole). Swale areas must be kept under control throughout the entire year. All turf shall be mowed with mulching type mower equipment to eliminate the need to bag and transport grass clippings. The Contractor shall make available to the Project manager all mower equipment to be utilized on this Contract for reviewed for acceptance by the Project Manager prior to commencement of the contract. The Project Manager reserves the right to require the Contractor to use (purchase or lease) alternate mower equipment, within reason and at no additional cost to the County, to comply with the Contract requirements. Should bagging be necessary, the bagged clippings shall be collected and removed at no additional cost to the County. Discharge of clippings shall not be directed into the roadway, and shall be directed away from the roadway. Grass shall be cut at a height of no less than three and one half inches (3 '/"). The frequency of cutting will be weekly or fifty-two (52) times for St. Augustine and Bahia grass which may be modified by the Project Manager at any time during the contract period or by seasonal weather conditions at the Project Manager's discretion. The height of the grass blade shall not exceed six (6) inches in height. Note: The following mowing schedule is recommended for MSTU Committee consideration: March 1st—October 31st: weekly = 36 times November 1st— February 28th: biweekly = 8 times Total =44 times per year(not 52) ITB 13-6022R Immokalee MSTU Rdway Landscape 29 Packet Page -594- 10/22/2013 16.B.1. The Contractor shall use or alternate mowing practices, patterns or equipment within narrow turf areas so not to create wheel ruts or worn areas in the turf. Any areas of turf that become water soaked during the period of this Contract shall be mowed with twenty-one inch (21" +/-) diameter hand walk behind type mowers to prevent wheel ruts in the turf caused by heavier type self-propelled rider mowers. The Contractor shall be responsible for repairing any ruts or damage caused by their mowers at no additional costs to the County. Mechanical edging of the turf shall be done with each mowing along all sidewalk edges, back of concrete curbs, around all plant beds, utility service boxes, street light bases, sign posts, headwalls, guardrails, timer pedestals, posts and trees. Metal blade edging is not permitted along plant bed and turf edges where an underground irrigation system is present. Mechanical metal blade edging is permitted along back of curbing. Grass root runners extending into the mulched areas shall be cleanly cut and removed when the edging is performed. Edging will also be required in all turf areas around isolated trees, sprinkler heads, valve boxes, shrubs, sign posts, manholes, etc. where they exist. When edging is performed around trees contractor shall not damage tree during the edging process, any trees damaged by edging will be replaced by the contractor. All debris on streets, sidewalks or other areas resulting from edging shall be removed. No herbicide shall be used for edging. All sidewalks, curbing and/or gutters including a four foot (4') area from the face of the curb and sidewalk areas shall be cleaned after each service and debris removed off site. All sidewalks shall be blown clean, but no clippings or other debris shall be blown or allowed to be deposited on other adjacent property or accumulate on right-of-way areas. Debris removal per this section shall include actual removal of debris by contractor. Contractor will not be allowed to blow debris without removal of debris which accumulates as a result of the blowing process. Swales and dry retention areas must always be maintained and will have to be mowed and/or line trimmed. TURF MOWING AND EDGING 2 (two) foot maintenance strip Mowing and edging shall include an area measured 2 foot from outside edge of the sidewalks of adjacent properties that are not currently maintained by the property owners. Right-of-Way mowing and/or weed control is required from back of curb or sidewalk to the Right-of-Way line (in most cases the power pole). Swale areas within the contract area must be kept under control throughout the entire year. All turf shall be mowed in accordance with the requirements of this Contract as described. TRASH REMOVAL With each service, all "Turf Mowing" areas shall be cleaned by removing all trash or debris to include, but not be limited to: paper, bottles, cans, other trash, and horticultural debris. All debris or trash pick-ups shall be performed prior to mowing in all turf areas. The disposal of all trash and debris must be at a proper landfill or disposal site. All disposal fees, tipping or charges are to be included in the Contract Bid Price. MISCELLANEOUS AND LANDSCAPE MAINTENANCE RESPONSIBILITIES 1. If existing plants, shrubs, trees, grass or foliage die due to neglect or damage by the Contractor, Contractor's employees or a Subcontractor as determined by the Project Manager, they shall be replaced at the Contractor's expense. 2. The Contractor shall provide ramps or other devices to gain access over the curb to all medians. The curb or turf areas shall not be damaged due to gaining access or they will be replaced at the Contractor's expense. 3. It shall be the Contractor's responsibility to notify the Project Manager of any maintenance problems or additional maintenance needs immediately upon discovery and also within weekly maintenance reports to be submitted to Project Manager within 12 hours of service being provided to project. ITB 13-6022R Immokalee MSTU Rdway Landscape 30 Packet Page-595- 10/22/2013 16.B.1 . 4. Should additional costs be involved which are not covered within the Contract Specifications, a Unit Cost shall be agreed to by the Contractor and Project Manager prior to performing additional services. 5. The Contractor shall perform inspections on all grass areas for disease or insect infestation during each week's service to the site. The Contractor shall immediately notify the Project Manager should a disease or infestation be found so appropriate treatment can be coordinated with the "Landscape Care" Contractor per the Contract requirements. 6. The Contractor shall have a singular point of contact in order to communicate with the Project Manager. 7. Materials cost plus mark-up cannot exceed twenty-five percent (25%). The result will be part of the base bid total and a bidder will not be awarded to the if this is omitted or exceeds the allowable limit. GENERAL MAINTENANCE REPORT SHEETS The Contractor shall complete the "General Maintenance Report Sheets" on a weekly basis. The Report Sheets should be signed and submitted on a monthly basis to the Owner's appointed representative for review and approval as to completeness. The General Maintenance Report Sheets are required to be signed by the Contractor and submitted prior to monthly billing and payment. These sheets must include any project irregularities including but not limited to plant problems, pest problems, site issues and traffic accidents, as these may be used to determine replacement responsibilities. The Contractor may also be required to conduct on-site inspections with the Project Manager or Owner's Representative, on a monthly basis or at the request of the Project Manager, to verify satisfactory completion of Contract requirements. The original forms for the report sheets will be provided to the Contractor for his reproduction purposes. A weekly schedule for the Contract period is also required and shall be submitted to the Project Manager before the beginning of the Contract work. The schedule shall indicate the days and service location and must include when Turf Mowing service checks are scheduled. LANDSCAPE CARE SPECIFICATIONS Estimated Quantities for Landscape Care are described in Exhibit B. WEEDING Weeding of plant beds, sidewalks (asphalt, concrete or paver), guardrail bases, tree grates, curb joints and other mulched areas by chemical and/or hand removal will be performed weekly or as necessary to provide a weed free and well maintained area. Blue tracker may be required to be used when spraying. In order to receive payment under the weeding bid line item all weeds in the entire roadway segment contracted under this bid must be treated. GENERAL SITE PRUNING For this site, general site pruning shall be defined as the pruning of any plant's foliage below a ten foot (10') height. All groundcovers, shrubs, canopy trees (except magnolias) and palms up to a ten foot (10') height, shall be inspected and pruned on a weekly or an as needed basis, so as to maintain the proper or required heights for visibility, vehicular movement purposes and desired shape or form as determined by the Project Manager or the Owner's Representative. Pruning shall also include removal of water sprouts, suckers and any dead or diseased foliage or branches. All groundcovers and shrubs shall be maintained at the required height as specified by the Project Manager may be to a maximum of 36", with the exceptions of sight windows when the height needs to be maintained ITB 13-6022R Immokalee MSTU Rdway Landscape 31 Packet Page -596- 10/22/2013 16.B.1 . at a maximum of 18"-24" above the crown of the road. All groundcovers and shrubs are to be pruned to a height of 18" by October 1 of each year prior to possible cooler temperatures, and/or to ensure blooming plants at the proper elevation during the heavy traffic season. Shrub pruning should be done consistently throughout each median for all shrub types that require pruning so that landscape gives the appearance of continuity throughout that median and the entire roadway. For example, all shrubs within the turn lane are to be maintained to 24". All shrub pruning shall be conducted within two consecutive days for each roadway as deemed necessary to maintain required plant heights and aesthetic continuity. Example of recommended shrub pruning heights: (Note: Contract Manager may require a height in variance to the height listed). All plantings in the medians shall have a 1'-6" clear setback from the back of curb for safety. All heights are measured from travel lane. All shrubs within sight lines and turn lanes must be maintained at height of no more than 24". Shrub Type Trim Height Maintained Height Thryallis 24" 36" Plumbago 24" 36" Dwarf Firebush 24" 36" Juniper 18" 24" Allemande 24" 36" Bougainvillea 24" 36" Green Island Ficus 24" 36" Crown of Thorn 24" 36" Hawthorne 24" 36" Schlings 24" 36" Xanadu 24" 36" Jasmine 18" 24" Aboricola 24" 36" Wild Coffee 24" 36" Blue Porterweed 24" 36" Walters Viburnum 24" 36" Blueberry Flax Lily 24" 24" Blue Eyed Grass 24" 24" Perennial Peanut 18" 24" *Note: This list is not intended to be all inclusive, actual recommended pruning height for shrubs will be determined by Project Manager. During the first weeks of October and April, ornamental grasses, such as Fountain Grass, Muhly grass, Florida Gama or Fakahatchee grass shall be pruned at its base to remove any old growth; grasses shall only be pruned after the blooming season. The grasses shall not be cut in a flat top method. Ornamental grass such as Liriope muscari shall only be pruned at the direction and approval of the Project Manager or Owner's Representative. Plant material with a canopy over pathways or sidewalks shall be maintained at a minimum height of one hundred twenty inches (120") / or ten (10) feet. Shrubs and groundcovers adjacent to pathways or sidewalks shall be pruned to maintain one foot- six inches (1'-6") of clearance from the edge of the pathway. It is recommended that adjacent shrubs and groundcovers be maintained so that they angle or are rounded away from the pathway. A one foot (1') mulched area from edge of the curb shall be maintained in the median planting beds from back of curb, as a pathway for maintenance workers, this will also keep all plant material from encroaching into the roadways. ,. ITB 13-6022R Immokalee MSTU Rdway Landscape 32 Packet Page-597- 10/22/2013 16.B.1 . SIGN AREA Maintenance for existing gateway signs include trimming all shrubs and trees so that view to sign is not obstructed. Contractor is to ensure that shrubs do not block the existing signage light from illuminating the sign. CANOPY TREE AND PALM PRUNING Canopy Trees shall be defined as any large shrub, tree or palm with foliage above a ten foot (10') height. All canopy trees and palms shall be pruned on a regular schedule to create and maintain a fifteen- foot (15') canopy clearance over the roadways and a ten-foot (10') canopy clearance over all pathways. Canopy trees shall be selectively pruned once per year in October, November, or December to thin the interior canopy of cross branching and to shape the canopy of the trees. A professional certified Arborist shall do the pruning and shaping and shall be approved by the Project Manager. The work shall be done in a professional manner in accordance with ANSI 300, Part 1, 2, & 3. Pruning Standards. The arborist must be on-site to supervise pruning at all times. Any damaged materials or any incorrect pruning shall result in replacement of that material at the expense of the Contractor. The portion of the canopy that falls below the ten (10') foot level falls under the "General Site Pruning" portion of the contract and shall be kept properly pruned. Palms shall be pruned annually (once) during the month of May of each year at the discretion of the Project Manager. The palms shall only have the dead lower fronds removed and shall also include removal of all nuts, seed stalks, brown or dead and lower fronds removed from the palm. The nuts and seed stalks shall be removed from all palms; including self cleaning palms. Fronds shall be cut close to the petiole base without damaging living trunk tissue. Any formed or forming seed pods shall also be removed. If for any reason more that the dead fronds need to be removed, prior approval must be obtained by the Project Manager and then the palms shall be pruned to a "Tropical Cut" or to remove lower fronds at a nine (9) o'clock - three (3) o'clock level from the base of the palm's bud or trunk (or below the horizontal line of a 9 and 3 o'clock). All palms are the responsibility of the contractor. The work shall be done in a professional manner in accordance with acceptable trade standards and practices. The palms shall not be climbed with tree spikes to remove the fronds. The pruning shall be accomplished by the use of a ladder, boom truck or lift. All debris from the pruning shall be removed and the site shall be left in a clean and neat manner. Under story plantings under palms and trees being pruned shall be protected. Any damaged materials shall be replaced by and at the expense of the Contractor. When the annual or bi-annual heavy pruning work is being performed with the use of a lift or boom truck, it is required that the adjacent traffic or turn lane to the work area, be closed pursuant to the County M.O.T. Policy. LANDSCAPE MAINTENANCE SERVICES The Contractor agrees by submittal of its bid that the listed services Unit Costs under this Contract shall also be made available to the County on a temporary basis as landscape maintenance services. The contracted services within these specifications and contract may be required to be temporally performed at another project site located within Immokalee, Collier County. ORNAMENTAL AND TURF SPRAYING It is required that the Pest Control Firm performing these services shall possess and provide the following to the Project Manager: • Valid State of Florida Pesticide License that complies with all Federal, State (Chapter 482) and local laws and regulations • Reference letter or work experience in Ornamental Horticulture and/or Entomology or the equivalent practical experience approved by the Project Manager • Current County Contractor's Occupational License for Pest Control Service ITB 13-6022R Immokalee MSTU Rdway Landscape 33 Packet Page-598- 10/22/2013 16.B.1. 1) The Pest Control Firm shall provide an overall written pest and spray program that shall incorporate ant and rodent control and shall meet or exceed the following minimum standards: A) Describe procedures, methods and techniques that will enhance the environment. B) Provide the maximum protection for the health, safety and welfare of the public and environment. C) List of all chemicals to be used with manufactures product/safety sheets. 2) The Pest Control Firm shall make on-site inspections and provide written reports to the Project Manager once per month. 3) All applications shall be billed on a monthly basis, not per application as per bid tab monthly pricing. 4) Methods of Application: A) One hundred percent (100%) coverage and penetration shall be provided. Insecticides and Fungicides shall be applied at the proper pressure to provide maximum coverage. Insecticides should be alternated from time to time to prevent an insect resistance to the application. Applications shall be made to turf the day following irrigation or a rain event when grass blades and/or plant materials are dry. B) Herbicides used in turf areas shall be applied at the proper pressure. C) Turf herbicides shall not be applied when the daily temperature exceeds eighty-five (85) degrees. D) Spreader sticker (Nu-Film 17 or approved equal) shall be incorporated in all spraying of Groundcovers, Shrubs, Trees, Palms, and Turf Areas when recommended by the label. E) Spray applications shall be applied during times of"No-Wind" conditions. F) No trucks or tractors with bar type tires or a gross weight greater than three thousand (3,000) pounds will be allowed within or on the median areas. G) At time of application, provide and place, traffic control meeting Florida Department of Transportation, M.U.T.C.D and Indexes and the County MOT Policy. H) All spray applications shall contain a wetting agent within the mix when recommended by the label or Project Manager. I) The pH of water used in mix must be adjusted to meet pesticides manufacture recommendation and water pH and method must be documented and provided to Project Manager. 5) Rate of Application: All chemicals shall be applied at the rates recommended on the manufacture's labels. 6) Materials List: All insecticides, fungicides and herbicides chemicals to be used on turf areas and on plant materials shall be submitted in writing to the Project Manager for review and approval. All chemicals used shall be approved for use by the Environmental Protection Agency for its intended use and area of use. 7) When reviewing all plant material contractor must recommend course of action to remove any detrimental pests from the landscape. a. Root Drenching with insecticides and fungicides applies to all trees and palms within the roadway segment. If a root drench with insecticides and fungicide application is necessary, the contractor must follow the chemical instructions for application and must bill by lump sum for a singular application for all trees and palms as per the bid tab. b. Root Drenching with Minors or Liquid Fertilizer applies to palms only. If a root drench with minors or liquid fertilizer application is necessary, the contractor must follow the chemical instructions for application and must bill by lump sum for a singular application for all palms as per the bid tab. c. Sequestrene iron drench application applies to shrubs that may require iron, for example: bougainvillea, ixora, powder-puff etc ...; and larger tree-form shrubs, for examples: Ligustrum etc. The contractor must follow the chemical instructions for the necessary application and must bill by lump sum for a singular application all landscape material needing treatment at that time. The line item is utilized on an as needed basis and as per the bid tab. 8) Application Schedule: The number of applications shall be as listed below unless otherwise required based upon the site inspection reports. Ferrmec AC 13-0-0 plus 6% iron at one-third (1/3) gallon of k. material per one hundred (100) gallons of water to be added with each application of insecticide, fungicide and herbicide. Application must be pre-approved by Project Manager. ITB 13-6022R Immokalee MSTU Rdway Landscape 34 Packet Page-599- 10/22/2013 16.B.1. a. Turf Areas: Insecticides & Fungicides-Applications on an as needed basis, with prior approval by the Project Manager. Herbicides—Applications on an as needed basis with prior approval by the Project Manager, to include: Pre-emergent are to be applied in February and September. ii. Post-emergent are to be applied in November, January, and March. iii. All applications are on a monthly basis pay scale. b. Groundcovers, Shrubs and Trees: Insecticides & Fungicides -Applications on an as needed basis, with prior approval by the Project Manager. c. Groundcover Bed Areas: For example, Lantana, Asiatic jasmine, any perennial or ground cover bed areas that are more prone to being infested by weeds. Herbicides—Applications on an as needed basis, with prior approval by the Project Manager. Pre-emergent in February and September ii. Post-emergent in November, January, and March Additional Requirements: Records must be kept of all pesticide applications. Documentation shall include but not limited to: date and time of application, weather conditions at time of application, what was applied and name of applier. This shall be included with the monthly invoice for payment. If pesticide documentation is not provided payment will be not be received for such application. When it becomes necessary for the Contractor to return for additional spraying as directed by the Project Manager due to non-performance of a required application, such additional spraying shall be performed at no cost to the Owner. In order to receive payment under the Ornamental or Turf Spraying line item all the above must completed; to include but not limited to providing Project Manager with a schedule for spraying which must state what material is being sprayed, what it is being treated for, the name and amount of chemical being used, and the date for re-inspection. Once approved and sprayed, the contractor must turn in documentation that states, date and time of application, weather conditions at time of application, what was applied, quantity, and name of applier. TURF ORIGIN AND QUALITY All turf supplied shall be "Nursery Grown" or "Field Grown" for the purposes of sodding and shall be a "Premium Grade Sod" as specified below. The sod shall be cut, delivered and/or laid in accordance with the following specifications or the most current and accepted Horticultural Industry's Standards and Practices, whichever is more restrictive. All sod shall be delivered to the site and be accompanied with a delivery ticket listing quantity, origin, and date and time the sod was cut and loaded. Sod shall be delivered to the specified site within a twenty-four (24) hour period after field cutting and shall be laid within a forty-eight (48) hour period after field cutting. Sod being transported for a time period greater than one (1) hour shall be covered during transport. The Contractor acknowledges that acceptance of any sod at any time of a grade other than the Premium Grade specified in this Contract shall not establish a lesser standard or relieve the Contractor of providing the Premium Grade sod as specified for the duration of the Contract period. Premium Sod Sand Grown: Turf grown on 90% natural sand. Muck Grown: Turf grown on soil containing 50% or greater amounts of organic materials by volume. ITB 13-6022R Immokalee MSTU Rdway Landscape 35 Packet Page-600- 10/22/2013 16.B.1 . Each sod pad shall be insect and disease free, be vigorous and have healthy green color in appearance. The top growth (grass blades or foliage) shall have no more than ten percent (10%) chlorosis within the top growth and contain no thatch or dead vegetation layer within each pad. Sod shall be weed free, but in no case shall the weeds exceed two percent (2%) of the total sod pad. Pad Size: Individual sod pads shall be cut to industry standard widths and lengths with a deviation no greater than +/-five percent (5%). Broken or uneven ended pads will not be accepted. Pad Thickness: Thickness of the cut sod shall be to the industry's standard, but in no case shall the thickness of the soil be less than one inch (1") in depth for St. Augustine and Bahia grasses. Strength of Pad: Standard size pads shall be mature, well rooted and contain a soil layer thick enough to provide a strength that will support the pad's weight and maintain its size and shape when the pad is suspended vertically by hand on the upper ten percent (10%) of the pad section without tearing apart. Moisture Content: The sod soil shall contain enough moisture so that the soil is not excessively dry or wet. In no case will the sod be accepted if the soil layer becomes hardened, or loose so that it will not hold its shape, and/or if it is hydrophobic in nature. MULCHING Organic Mulch: Areas with no mulch or new planting areas shall have mulch placed to provide for a four inch (4") non-compacted or unsettled depth measured from the existing soil grade. The area to receive the mulch shall be raked level to establish the proper finished grade and have all weeds removed prior to the placement of the mulch. Labor cost for weeding, hand grading and placement of new mulch shall be per the Unit Cost indicated on the Bid Page. Non-Organic Mulch: Landscape areas to receive non-organic mulch such as washed shell or gravel shall have the mulch placed to a three inch (3") non-compacted depth. Re-mulching or top dressing of non- organic mulch areas shall be performed to ensure a three inch (3") depth is maintained. Equipment and labor cost for the weeding, hand grading and placement of non-organic mulch shall be per the Unit Cost indicated on the Bid Page. Re-mulching of plant beds and individual plant mulch rings shall have a two inch (2") non-compacted layer of mulch applied once a year during the months of March and April or November and December. The mulching month will be set by the Project Manager and the contractor must complete the mulch installation by the end of the approved month. Mulch distribution within a tree or palm area shall begin six inches away from the trunk of the tree or palm. Mulch shall not be piled against any plant branches or trunks. Prior to the re-mulching the Contractor shall turn and mix all the existing mulch in all medians and right-of-way areas. Mulch material shall be purchased by Collier County under an Annual Contract and coordinated with the Contractor for delivery purposes. Labor costs for weeding, turning, and mixing of the existing mulch and for placement of new mulch shall be per the Unit Cost indicated on the Bid Page. Mulch shall not be placed over valves or valve boxes that are located within mulched areas and shall not be placed near or on the trunks of shrubs, trees or palms. FERTILIZATION Fertilization shall be performed four times a year in the months of March, June, September and December or twice a year if using the six month application rate in the months of October and March. Refer to Site Specific Quantities section for schedule. Fertilization shall be completed at the end of the fertilization month. Any variation of this schedule needs to be pre-approved by the Project Manager; failure to do may result in non-payment. The County Project Manager may request for additional fertilizer to be installed at any time during this contract. The Contractor is to charge the per bag labor cost as per the bid tab for all fertilizer applications. ITB 13-6022R Immokalee MSTU Rdway Landscape 36 Packet Page-601- 10/22/2013 16.B.1 . Fertilizer shall be applied at a rate of 1.5 lbs. per 100 square feet. It shall be broadcasted throughout the median planting beds and turf area. All tree pit areas should be fertilized evenly; there should not be a fertilizer ring around the tree under any circumstances. If a ring is formed the Contractor will have to go out and spread the fertilizer to correct the situation at the contractors' expense, this may include the additional purchase of fertilizer as it may not be able to spread. Fertilizer material shall be purchased by Collier County under an Annual Contract and coordinated with the Contractor for delivery purposes. Fertilizer material shall be removed from streets, curbs and sidewalk areas to avoid staining. MISCELLANEOUS AND LANDSCAPE MAINTENANCE RESPONSIBILITIES 1. If plants, shrubs, trees, grass or foliage die due to neglect or damage by the Contractor, Contractor's employees or a Subcontractor as determined by the Project Manager or Owner's Representative, they shall be replaced at the Contractor's expense. 2. The Contractor shall provide ramps or other devices to gain access over the curb to all medians. The curb or turf areas shall not be damaged due to gaining access or they will be replaced at the Contractor's expense. 3. It shall be the Contractor's responsibility to notify the Project Manager of any maintenance problems or additional maintenance needs. 4. Should additional costs be involved which are not covered within the Contract Specifications, a Unit Cost shall be agreed to by the Contractor and Project Manager prior to performing additional services. 5. The Contractor shall perform inspections on all plants, shrubs, trees and grass areas for disease or insect infestation during each week's service to the site. The Contractor shall immediately notify the Project Manager should a disease or infestation be found and begin appropriate treatment per the Contract requirements. 6. The Contractor shall have a singular point of contact with cellular phone and e-mail for on-site and offsite communication in order to communicate with the Project Manager. 7. Materials cost plus mark-up cannot exceed twenty-five percent (25%). The percentage does not affect the bid but will not be awarded to the bidder who omits or exceeds the allowable limit. 8. Upon award of a project, the removal of existing tree and palm staking will be the responsibility of the contractor as part of Basic Maintenance. GENERAL MAINTENANCE REPORT SHEETS In order to receive payment for all services performed on a weekly basis the Contractor shall complete the "General Maintenance Report Sheets" on a weekly basis; and send at the end of each month to the County Project Manager for review. The Report Sheets should be signed and submitted on a monthly basis to the Owner's appointed representative for review and approval as to completeness. The General Maintenance Report Sheets are required to be signed by the Contractor and submitted prior to monthly billing and payment. The Contractor may also be requested to conduct on-site inspections with the Project Manager or Owner's Representative on a monthly basis to verify satisfactory completion of Contract requirements. The original forms for the report sheets will be provided to the Contractor for his reproduction purposes. A weekly schedule is also required and shall be submitted to the Project Manager before the beginning of the work day on Monday and may be faxed, e-mailed or hand-delivered. The schedule shall indicate the days and service location and must include when irrigation checks are scheduled. MISCELLANEOUS SITE FIXTURES AND FEATURES Entry signage, accent and roadway lighting fixtures, banners, and benches shall be visually reviewed weekly to determine if malfunction, damage or hazardous conditions exist. If any damage or improper operation are found or viewed, immediate notification of the Project Manager is required. ITB 13-6022R Immokalee MSTU Rdway Landscape 37 Packet Page-602- 10/22/2013 16.B.1 . ADDITIONAL SERVICES Plant replacement services shall be activated in the event that damaged or dead plant material requires replacement and/or landscape areas require minor renovations. Quotes requested for items under this Section generally shall be for small quantities. The Contractor shall bid installed Unit prices which shall include materials and labor required for the installation, MOT, initial watering and establishment hand watering (provided the irrigation system is not providing proper coverage), mulch labor, removal and disposal fee (if applicable) of existing plant material and a one year warranty on all new materials. Two bubblers per tree / palm shall be included in price. All plant material provided shall be Florida #1 or better as specified by the Department of Agriculture's "Grades and Standards for Nursery Plants" Volumes I & II latest edition. Irrigation incidentals are repairs that are not included in the irrigation weekly price. An estimate must be provided for approval by Project Manager before commencement of work. Submittal of estimate is not a guaranteed of work, another vendor may be solicited for an estimate at the Project Managers option. Estimates will be regularly reviewed to ensure contractors are accurately estimating hours. Cost for staking must include planting and staking the tree or palm. Staking materials may include 2X4, 4X4, lodge poles or guy wire. The 2X4 and 4X4 should have a footer to stabilize. Staking detail is available upon request. SPECIFICATIONS FOR IRRIGATION SYSTEM MANAGEMENT Estimated Quantities for Irrigation System Management are described in Exhibit B. IRRIGATION SYSTEM MANAGEMENT REQUIREMENTS All services listed under this Section shall be covered in the Contract Bid item "Irrigation System" cost under Bi-Weekly Maintenance Functions. Collier County will maintain the reclaimed water signage if existing. The Irrigation System Management Contractor shall observe the irrigation system as it pertains to plants and spray coverage and report any observed field problems when they occur. It is the responsibility of the Contractor to contact the Collier County Irrigation Project Manager at the onset of the project to submit recommended watering scheduling as it pertains to the irrigation plan for the contracted area. The landscape Contractor will provide documentation in writing and shall include any changes or recommendations. Any subsequent recommended changes shall be recorded on the "Irrigation Schedule" (see attachment). If the Contractor does not provide this documentation, the County will assume that the Contractor accepts full responsibility and approves the scheduling and usage appropriated by the County. Be aware that the awarded Contractor will be expected to update and coordinate the watering schedules with the Collier County Irrigation Project Manager as required for monitoring purposes and also indicate recommendation on the "Irrigation Schedule/Checklist". All irrigation requests shall be made in writing. Currently, the County Irrigation Project Manager only monitors and controls the existing irrigation system for First Street (CR 846) in the Immokalee area. The irrigation system for Main Street (SR 29) is operated by two onsite controllers. One controller is located on the southwest corner of Main Street & 7th Street, one controller is located in the "Triangle Area" of Main Street and New Market Road intersection. The Contractor is responsible for managing the two manual controllers for the Main Street irrigation system. Irrigation system is maintained as per "as-builts", to include but not limited to valve numbers and zone sequence. Contractors must not change these components in the field, in the case that this needs to be ITB 13-6022R Immokalee MSTU Rdway Landscape 38 Packet Page-603- 10/22/2013 16.B.1 . changed contractor must receive Project Manager approval prior and must have the capability to update the "as-built drawings. Irrigation Control System Conventional Pop-Up Sprinkler Systems Labor costs for these listed irrigation services and minor system repairs shall be included in the Contract Bid Unit Pricing. A copy of as-builts will be provided upon request. All irrigation communication shall be e- mailed to the Project Manager. In order to ensure clear communication pertaining to irrigation components and locations, controllers will be identified by their assigned Collier County controller/system number and the appropriate valve number. Any discrepancies shall be brought to the Project Manager attention as soon as possible. IRRIGATION OBSERVATION AND MAINTENANCE SERVICE REQUIREMENTS AND REPORT The Contractor shall complete the "Irrigation System Checklist — Weekly Requirement" sheets on a bi- weekly basis. The Report Sheets should be signed and submitted on a monthly basis to the Project Manager for review and approval as to completeness and must be provided before the ending of the work day Friday or beginning of the work day on Monday and may be faxed, e-mailed or hand-delivered. Check list should include all findings as part of the bi-weekly irrigation checks and watering requirements. Collier County reserves the right to reject payment request for these services if checklist is not provided on a timely basis. 1) Visual inspection of the running of the irrigation systems shall be performed bi-weekly to determine if the systems are functioning normally and if cuts, leaks, piping damage, flooded areas exist, and repair as necessary. Valves can be operated manually at the valve box, the surge board toggle or at the controller if it's a Scorpio. The Contractor must always return all operation switches to automatic when finished. 2) Automatic Control Valve Assemblies and Quick Coupling Valves: Open zone control valve assemblies' boxes to review valves for leaks; proper settings and need to be maintained free of debris and/or mulch, clean valve assemblies on a as needed basis. Quick coupling boxes are to be checked to make sure that they free of debris and foreign objects. Keep all grass and mulch out of all valve boxes. All valve boxes in sod areas to be kept flush with sod level. All valve boxes in plant beds to be kept two inches (2") above finished mulch level. Inside of all valve boxes shall be kept clean, and the valves shall be kept one hundred percent (100%) accessible. 3) All cuts, leaks or other piping damage found to be caused by the Contractor's personnel or subcontractors performing services in the landscape areas shall be immediately repaired at no costs to the County. 4) Within all work areas the Contractor shall review the plant material, turf, and soil for dry or too wet conditions and/or pest infestation and if found, advise the Project Manager/Irrigation Project Manager and correct the problem immediately. If plant material dies and Project Manager was not notified prior to condition of plants declining, it shall be the contractors' responsibility to replace the dead or infested plant material. 5) Review system and repair any sprinkler heads, broken lines or leaks around heads or valves. All minor repairs and adjustments are part of contractor's bi-weekly irrigation line item. Minor adjustment may be but not limited to coverage adjustment or malfunctioning heads. 6) The Contractor shall further clean and adjust all sprinkler heads and nozzles to ensure that all landscaped areas receive total one hundred percent (100%) irrigation coverage with 50% overlap and heads are not spraying onto roadways or walkways. If a longer nozzle is required contractor shall change nozzle. This is part of minor adjustments. 7) Replace defective and/or broken heads or nozzles, install or replace defective and/or broken risers and repair minor breaks or restricted sprinkler lines. Inspect, clean and replace, if necessary, screen/filters within the sprinkler heads. 8) Replace damaged valve boxes/lids if caused by the Maintenance Contractor. 9) It shall be the Contractor's responsibility to notify the Project Manager of any irrigation problems or additional irrigation maintenance needs. ITB 13-6022R Immokalee MSTU Rdway Landscape 39 Packet Page-604- 10/22/2013 16.B.1. 10)Major repairs and irrigation services to the irrigation systems include repairs to valves, controllers, electrical wiring and main lines. These repairs are not included in the irrigation maintenance functions and shall be priced out separately or may be fixed by other. 11)Minor repairs and irrigation services include replacement of heads and nozzles, installation or replacement of risers, repair of minor/lateral PVC fittings, piping breaks or subsurface piping or restricted sprinkler lines, replacement of damaged valve boxes/lids, necessary for proper and safe operation of the systems. All minor repair labor costs shall be reflective in the irrigation weekly function line item, with the exceptions of traffic accidents. A traffic accident is an obvious vehicular damage that a report was filed with the Sheriff office. If a car drives into the median and breaks a few sprinklers and drives away it is not considered a traffic accident and irrigation work is covered under minor. 12)Should additional costs be involved which are not covered within the Contract Specifications, a Unit Cost shall be agreed to by the Contractor and the Project Manager prior to additional services being performed. 13)The irrigation service personnel shall have on-site two-way hand-held communications during all services and/or inspections. 14) Upon issuance of a "Notice to Proceed", the Contractor shall review all irrigation systems and notify the Proiect Manager of any existing problems. 15)Notification to the Project Manager is required when acts of vandalism or accidents have occurred to the irrigation system. Photos shall be taken and provided to the Project Manager at no added cost. A police report must be filed and a copy sent to Project Manager. MISCELLANEOUS AND IRRIGATION MAINTENANCE RESPONSIBILITIES 1. If plants, shrubs, trees, grass or foliage die due to neglect or damage by the Contractor, Contractor's employees or a Subcontractor as determined by the Project Manager, they shall be replaced at the Contractor's expense. 2. The Contractor shall provide ramps or other devices to gain access over the curb to all medians. The curb or turf areas shall not be damaged due to gaining access or they will be replaced at the Contractor's expense. 3. It shall be the Contractor's responsibility to notify the Project Manager of any maintenance problems or additional maintenance needs immediately upon discovery and also within weekly maintenance reports to be submitted to Project Manager within 12 hours of service being provided to project. 4. Should additional costs be involved which are not covered within the Contract Specifications, a Unit Cost shall be agreed to by the Contractor and Project Manager prior to performing additional services. 5. The Contractor shall immediately notify the Project Manager should a disease or infestation be found on any plants, shrubs, trees and grass areas during each service to the site so appropriate treatment can be coordinated with the Landscape Care Contractor. 6. The Contractor shall have a singular point of contact in order to communicate with the Project Manager. 7. Materials cost plus mark-up cannot exceed twenty-five percent (25%). The total will be part of the bid award formula - the bid but will not be awarded to the bidder who omits or exceeds the allowable limit. ADDITIONAL SERVICES Irrigation incidentals are repairs that are not included in the irrigation weekly price. An estimate must be provided for approval by Project Manager before commencement of work. Submittal of estimate is not a guaranteed of work, another vendor may be solicited for an estimate. Estimates will be regularly reviewed to ensure contractors are accurately estimating hours. CLEANING AND SWEEPING SPECIFICATIONS Estimated Quantities for Cleaning and Sweeping are described in Exhibit B. ITB 13-6022R Immokalee MSTU Rdway Landscape 40 Packet Page-605- 10/22/2013 16.B.1. TRASH REMOVAL With each weekly service, all site areas shall be cleaned by removing all trash or debris to include, but not be limited to: paper, bottles, cans, other trash, and horticultural debris. All debris or trash pick-ups shall be performed prior to mowing in all turf areas. The disposal of all trash and debris must be at a proper landfill or disposal site. All disposal fees, tipping or charges are to be included in the Contract Bid Price. STREET CLEANING With each weekly service, a four-foot (4') wide area measured from the face of the curb and gutters including turn lanes and medians shall be cleaned with each site service to remove any accumulation of debris or objectionable growth to maintain a neat and safe condition. For this section debris shall be any vegetative material, trash, dirt or dust, and any leaves or clippings from vegetation. STREET SWEEPING The street sweeping requires minimum of two (2) passes of the areas during most of the year. It is estimated the each individual service requires a minimum of five (5) hours to perform the street sweeping services, which generally produces approximately three (3) tons of debris per service. Street Sweeping shall be performed weekly (52 times per year). The number of street sweeping services provided may be adjusted by the Project Manager on an 'as needed' basis and also due to budget constraints. Roadway Segments included in Street Sweeping: • Area #1: All side right-of-way indicated on State Highway 29 (Main Street) between Hancock Street and 13th Street • Area #2: All side right-of-way indicated on County Road 846 (1st Street) between Hwy 29 and Carver Street and all ROW Area indicated within limits of maintenance at the "Triangle" (intersection of Hwy 29 and New Market Street) STREET SWEEPING WITH MOBILE VACUUM EQUIPMENT A mobile self-contained vacuum sweeper, equipped with bottom, side and edge brushes, including a water spraying system to reduce dust, is a minimum requirement to perform the street sweeping function. All debris collected must be dumped at a proper landfill or disposal site. Photo(s) and/or manufacturers brochure with specifications of this equipment (either owned or subcontracted), must be supplied with this Bid-Submittal. No additional monies will be paid for disposal and transport of waste collected. Contractor is to include all related cost of'Street Sweeping' in unit price. BULBOUT AND GUTTER CHANNEL DRAIN CLEANING Following each weekly (52 times per year) "Turf Mowing" and Landscape Care" service, the "Cleaning and Sweeping" Contractor shall use air blowers to blow clean the bulbout areas, including any asphalt and gutter areas adjacent to the bulbouts that cannot be reached or cleaned by the street sweeping. The linear sidewalk ramps and gutter channel drains shall also be blown. The gutter channel drains, located under the twenty-four (24) street bulbouts along SR 29 (Main Street) shall be blown from either end to clear the channel of any debris off site. The bulbout gutter channel drains shall be air blown weekly (52 times per year) from one end with an extension nozzle or blower long enough to blow through the channel drain to remove trash, debris and dirt. The Contractor shall pick up and dispose of all trash, debris and dirt. All debris removed per 'bulbout and gutter channel drain cleaning' shall be removed and disposed of at no additional cost to County/Client. The bulbout channel drains require additional cleaning by flushing with pressured water. This procedure shall be performed monthly (12 times per year). Recommended pressure for flushing should be between 1,000 to 1,500 psi. At no time should the pressure exceed 1,600 psi ITB 13-6022R Immokalee MSTU Rdway Landscape 41 Packet Page-606- 10/22/2013 16.B.1. PRESSURE CLEANING BRICK PAVERS & STAMPED CONCRETE Pressure cleaning brick pavers and stamped concrete shall be performed quarterly (4 times per year). All brick curbing, brick paving, stamped concrete, and paving areas may be pressure cleaned to remove tire marks or other dirt and debris which may be deposited on the surface areas. Sealing of paving areas shall be at the direction of the Project Manager on a time and material basis. Upon finding damage to the brick curbing, brick paving, stamped concrete, sidewalks, or paving, an immediate notification to the Project Manager or his authorized representative is required. Upon finding damaged areas, the Contractor shall clean-up debris if present, and/or flag off the areas with protective barriers and/or high visibility hazard tape. The Contractor shall submit a bid as soon as possible for repair or replacement of the damaged brick curbing or paving areas. Repairs to the brick curbing and paving will be considered as additional expenses to the Contract. The additional expenses shall be charged as a time and material billing with the bricks being provided by the County. All additional expenses must be pre-approved by the Project Manager. Project Manager may use other contractor to replace and/or repair pavers. • Recommended pressure for cleaning brick pavers should be between 2400 to 2700 psi. Minimum pressure is to be no less than 2000 psi at any moment during pressure cleaning. • Recommended pressure for cleaning stamped concrete should be between 1000 to 1500 psi. Minimum pressure is to be no less than 1000 psi at any moment during pressure cleaning. Use of chemicals during pressure cleaning is to be in accordance with all Federal, State, and Local codes and ordinances. All chemical applications are to be submitted to Project Manager for review and approval prior to use on project. PRESSURE CLEANING CONCRETE SIDEWALK Pressure cleaning concrete sidewalk shall be performed as directed by the Project Manager. All concrete sidewalks are to be pressure cleaned to remove tire marks or other dirt and debris which may be deposited on the surface areas. Sealing of concrete areas shall be at the direction of the Project Manager on a time and material basis. Upon finding damage to the concrete paving, an immediate notification to the Project Manager or his authorized representative is required. Upon finding damaged areas, the Contractor shall clean-up debris if present, and/or flag off the areas with protective barriers and/or high visibility hazard tape. The Contractor shall submit a bid as soon as possible for repair or replacement of paving areas. Repairs to the paving will be considered as additional expenses to the Contract. The additional expenses shall be charged as a time and material billing. All additional expenses must be pre-approved by the Project Manager. Project Manager may use other contractor to replace and/or repair concrete sidewalk areas. • Recommended pressure for cleaning concrete should be between 3000 to 3500 psi. Minimum pressure is to be no less than 2000 psi at any moment during pressure cleaning. Use of chemicals during pressure cleaning is to be in accordance with all Federal, State, and Local codes and ordinances. All chemical applications are to be submitted to Project Manager for review and approval prior to use on project. SIGN FACE CLEANING Maintenance for the two (2) existing gateway signs, including brick structure and face of sign, shall consist of cleaning of the brick structure by `steam cleaning' method and cleaning of sign face with water and bleach upon direction of Project Manager. SEASONAL BANNER INSTALLATION AND MAINTENANCE The light fixtures with banner support arms will require the installation and removal of banners. The Contractor shall be responsible for pick-up, installation, removal and return of the banners to the storage ITB 13-6022R Immokalee MSTU Rdway Landscape 42 Packet Page-607- 10/22/2013 16.B.1 . location determined by the Project Manager. The Contractor's Unit Pricing shall be based upon forty-eight (48) banners being installed two (2) times per year. The Christmas holiday banners shall be installed during the first week of November and removed during the first week of January of each year. The seasonal or festive banners shall be installed for display during the non-Christmas holiday period (February, March, April, May, June, July, August, September, and October). There are currently 48 light poles with banners installed between 1st Street and 9th Street on State Highway 29. Contractor is to include all cost associated with the installation and removal of banners to include MOT (Maintenance of Traffic), Equipment necessary for access to banner arms such as hydraulic lift or ladder, and any other required tools or accessories. MISCELLANEOUS AND LANDSCAPE MAINTENANCE RESPONSIBILITIES 1. If plants, shrubs, trees, grass or foliage die due to neglect or damage by the Contractor, Contractor's employees or a Subcontractor as determined by the Project Manager, they shall be replaced at the Contractor's expense. 2. The Contractor shall provide ramps or other devices to gain access over the curb to all medians. The curb or turf areas shall not be damaged due to gaining access or they will be replaced at the Contractor's expense. 3. It shall be the Contractor's responsibility to notify the Project Manager of any maintenance problems or additional maintenance needs immediately upon discovery and also within weekly maintenance reports to be submitted to Project Manager within 12 hours of service being provided to project. 4. Should additional costs be involved which are not covered within the Contract Specifications, a Unit Cost shall be agreed to by the Contractor and Project Manager prior to performing additional services. 6. The Contractor shall have a singular point of contact in order to communicate with the Project Manager. 7. Materials cost plus mark-up cannot exceed twenty-five percent (25%). The percentage does not affect the bid but will not be awarded to the bidder who omits or exceeds the allowable limit. GENERAL MAINTENANCE REPORT SHEETS The Contractor shall complete the "General Maintenance Report Sheets" on a weekly basis. The Report Sheets should be signed and submitted on a monthly basis to the Owner's appointed representative for review and approval as to completeness. The General Maintenance Report Sheets are required to be signed by the Contractor and submitted prior to monthly billing and payment. These sheets must include any project irregularities including but not limited to plant problems, pest problems, site issues and traffic accidents, as these may be used to determine replacement responsibilities. The Contractor may also be requested to conduct on-site inspections with the Project Manager or Owner's Representative on a monthly basis to verify satisfactory completion of Contract requirements. The original forms for the report sheets will be provided to the Contractor for his reproduction purposes. A weekly schedule is also required and shall be submitted to the Project Manager before the beginning of the work day on Monday and may be faxed, e-mailed or hand-delivered. The schedule shall indicate the day's service and must include when checks are scheduled. GENERAL SPECIFICATIONS TRAFFIC CONTROL/LANE CLOSURES The Contractor shall comply with the requirements of Collier County's Maintenance of Traffic (MOT) Policy, copies of which are available through the Risk Management or Purchasing Department. The Contractor shall obtain and review and obtain the County MOT policy requirements prior to submitting a bid. Upon approval of a MOT Plan and proper placement of lane closed signs, pre-warning signs, arrow boards, traffic cones etc., the lane may be restricted from traffic. ITB 13-6022R Immokalee MSTU Rdway Landscape 43 Packet Page-608- 10/22/2013 16.B.1. ➢ The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the MOT policy will be enforced under this Contract. To assist in employee visibility; approved bright day-glow red/orange colored safety vests (Class 3) shall be worn by employees when servicing the area. ➢ A directional lighted and flashing arrow board will be required under this Contract that meets the traffic control requirements. LANE CLOSURE Lane closure for median maintenance shall be limited. Upon proper placement of lane closeure signs, pre- warning signs, arrow boards, traffic cones etc., the lane may be restricted from traffic only during non-peak traffic periods 9:30 A.M. - 3:30 P.M., Monday through Friday, and 8:00 A.M. - 5:00 P.M. Saturday and Sunday, unless otherwise approved by the Project Manager. There will be no lane closures permitted during season (between Thanksgiving and Easter). The lane closure shall be indicated on the Weekly Maintenance Work Schedule, which is provided to the Project Manager. The contractor shall contact County Public Information Specialist the Wednesday before lane closures are planned for Collier County's public road alert notification. A Road Alert form must be submitted, (form provide by County). ADDITIONAL MAINTENANCE SERVICES The Contractor agrees by submittal of its bid that the listed services Unit Costs under this Contract shall also be made available to the County on a temporary basis as Roadway Maintenance services. The contracted services within these specifications and contract may be required to be temporally performed at another project site located within Immokalee, Collier County. If additional travel expenses are determined to be necessary for travel to another project site, the Project Manager and Contractor will determine the amount of hours to be billed at the hourly rates listed under "General Services" section. oeFew CREW SIZE/MAN-HOURS Contractor shall be required to provide with each site visit a predetermined crew of at least five (5) personnel including one individual who can effectively communicate with the Project Manager or their representative. The work shall be completed within one visit, if necessary consecutive day visit may follow. Purpose is to have the entire segments under this contract completed at the same time. The Bidder shall provide in the Contract Bid the estimated number of on-site man-hours per week the Contractor will be providing to satisfactorily perform the requirements of this Contract. ACCIDENTS OR THEFTS The Contractor shall be responsible each week to contact the Project Manager to report any accidents or thefts involving or occurring within the areas covered by this Contract. Should accidents or thefts occur, the Contractor shall photograph the damage or loss and provide that photo the Project Manager at no additional cost. Should assistance be requested by law enforcement, emergency personnel or others, the cost shall be included in the Contract unless otherwise approved by the Project Manager. QUANTITIES The Quantities listed in the Contract Bid are approximate and are only for the purpose of bid evaluation. The County reserves the right to order such quantities as may be required during said period, but does not guarantee any minimum or maximum to be ordered during the period specified. Quantities can change at any time as directed by Project Manager. INITIAL SITE CONDITIONS Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but, without limitation, with respect to the following: physical conditions at the work-site and the project area as a whole (including the numbers of existing stakes to be removed). The failure of the Contractor to acquaint itself with any applicable conditions ITB 13-6022R Immokalee MSTU Rdway Landscape 44 Packet Page-609- 10/22/2013 16.B.1. shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional compensation. CONTRACT TERMINATION The Contractor agrees that the County/Project Manager shall be sole judge of non-performance. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County per the Contract and Specifications or for any of the following reasons, the County may terminate this Contract immediately: 1. Inability, for any reason, of the Contractor to perform requested service requirements. 2. Work that is not performed on a level consistent with the industry standards. 3. Services not rendered within a reasonable time after notification by the Project Manager. 4. Non-compliance with any portion of this Contract. 5. Immediately for cause. 6. The County may also terminate this Contract for convenience with a seven (7) day written notice. CONTRACTOR'S EMPLOYEES Employees of the Contractor shall be properly uniformed and provide a neat appearance including all necessary safety equipment. All employees of the Contractor shall be considered to be at all times the sole employees of the Contractor under his sole direction and not an employee or agent of Collier County. The Contractor shall supply competent and physically capable employees and Collier County requires the Contractor to remove any employee it deems careless, incompetent, insubordinate, or otherwise objectionable and whose continued contract site services involvement is not in the best interest of the County. CONTRACTOR'S MEETING ATTENDANCE During the Contract Period, the Project Manager or Advisory Committee if applicable may have questions concerning maintenance issues. The Contractor shall be required to attend monthly meetings and other special meetings that the Project Manager may require. There shall be no additional charge for attendance at these meetings. If the Contractor fails to attend the monthly meetings without an excused absence an amount equal to two (2) hours of the supervision labor rate as listed on the Bid Page shall be deducted from the monthly billing of the Contractor against the Contract total. EXHIBIT B—WORK AREA QUANTITIES SITE SPECIFIC QUANTITIES Note: Schedule provided for general reference, totals shown were measured off auto-cad file, aerials, and project drawings (quantities not from 'as-built'plans). Work Area 1: Immokalee MSTD Maintenance (Fund 111-163805); State Highway 29 (Main Street) between Hancock Street and 13th Street FERTILIZATION: St. Augustine "Floratam" Grass, Shrubs, Ground Cover, and All Median and ROW Trees Months Formulation Application Rates February 8-0-12 1.5 lbs. / 100 SF (6 bags) May 8-0-12 1.5 lbs. / 100 SF (6 bags) June 0-0 22 So-Po-Mag 10.0 lbs. / 1,000 SF (0.15 bags) August 8-0-12 1.5 lbs. / 100 SF (6 bags) October 0-0-22 So-Po-Mag 10.0 lbs. / 1,000 SF (0.15 bags) November 8-0-12 1.5 lbs. / 100 SF (6 bags) ITB 13-6022R Immokalee MSTU Rdway Landscape 45 Packet Page-610- 10/22/2013 16.B.1 . Note: (1) Calculations based on: Median Bed Area (15,800 SF) + ROW Bed Area- bulbouts (3,840SF) + ROW Tree Pit Area (40 SF)=Total Coverage Area (19,680 SF) (2) Total lbs of fertilizer required for each application of 8-0-12 is 212 lbs. based on 19,680 SFof coverage; bag count is based on 50 lbs. bag (3) Palm Specific Fertilization to occur 2 times per year for palm trees, 21 (36 SF) = 756 SF Annual Fertilizer bag quantity: 24 Bags (8-0-12) + 0.30 Bags (0-0-22) = 25 Bags It is estimated that the turf and plant beds in medians cover approximately nineteen thousand six hundred and eighty SF (19,680 SF). Applications shall be made the day following irrigation when plant material is dry. Shrubs and groundcovers shall have the fertilizer blown or fan raked off following the broadcast application. Immediately after the fertilizer is applied, the areas shall be watered. Fertilizers shall be removed from curbs and sidewalk areas to avoid staining. Work Area 1: MEDIAN AREAS ONLY (Median Sod, Concrete, Paver, Planted Bed Maintenance) Median Sod (Bahia) Brick Planted Number Turf Area Concrete Pavers Bed/Tree Note: Segment West of 9th St. has no median. 1 0 0 1,510 3,898 2 0 0 652 1,573 3 0 0 212 1,280 4 0 0 146 675 5 0 0 196 3,082 6 0 0 1,209 1,839 7 0 0 1,783 3,423 8 0 365 1,685 0 9 1,069 0 1,986 0 10 0 1,001 1,051 0 11 4,054 329 1,588 0 12 1,680 952 398 10 13 15,927 0 0 0 14 4,484 0 0 30 Totals 27214 SF 2,647 SF 12,416 SF 15,800 SF Total quantity is calculated as: 27,214 SF Bahia grass mowed 52 times per year. Work Area 1: MULCH QUANTITY The mulch application is 2" of mulch using two cubic feet bags. There is a total of 19,680 SF(121 CY) to be mulched in this segment which equals to 1,640 bags per application. Note: Mulch square footage (indicated as 19,680 SF) for Planted Bed/Tree (SF) indicated includes all 'tree rings' which are mulched during annual mulch application. All cost associated with 'tree ring' mulch application shall be included in the Bid Unit Pricing. ITB 13-6022R Immokalee MSTU Rdway Landscape 46 Packet Page-611- 10/22/2013 16.B.1 . Work Area 1: ROW Areas Note: All Sod indicated in this section is 'Bahia' Sod. Median Tree Pit Area (10 SF ea) Sod Area Paver Segment W/9th St 40 SF (North ROW Side) 2464 SF 0 SF Segment W/9th St 0 SF (South ROW Side) 7274 SF 0 SF 1 N 0SF 0SF 1,017 SF 1 S 0 SF O SF 1,506 SF 2N OSF OSF 673 SF 2S OSF OSF 464 SF 3N OSF OSF 378 SF 3S OSF OSF 119 SF 4N OSF OSF 348 SF 4S OSF OSF 512 SF 5N OSF OSF 1066 SF 5S OSF OSF 702 SF 6N OSF OSF 1,367 SF 6S OSF OSF 1,635 SF 7N OSF OSF 1,884 SF 7S OSF OSF 1,692 SF 8 N O SF 3,801 SF O SF 8S OSF 1,042 SF OSF 9N OSF 2,172 SF OSF 9S OSF 2,508 SF OSF 10N OSF 1,783 SF OSF 10 S 0 SF 2,391 SF 0 SF 11 N O SF 2,920 SF O SF 11 S OSF 824 SF OSF 12 N 0 SF 4,097 SF 0 SF 12 S 0 SF 2,552 SF 0 SF 13 N 0 SF 4,093 SF 0 SF 13S OSF 998 SF OSF 14N OSF 1,560 SF OSF 14 S O SF 4,468 SF O SF Total 40 SF 44,947 SF 13,363SF Work Area 1: BULBOUT MAINTENANCE AREAS: Note: (1) Each Bulb out has a 'standard layout' which has the following maintenance components a. 3 ft. of 4 ft. drain inlet; with 37 liner foot of 4 inch box drain b. 518 SF stamped concrete c. 18 inch height planter boxes with 48 liner foot x 1 foot width; this equates to 72 SF. of brick surface area. d. 1 bike rack e. 1 trash receptacle f. 2 Maximum Seating Model M-FAA-S benches g. 40 sf planted area within planter boxes (20 SF each raised box) h. 120 sf planted are within street-side planter box. ITB 13-6022R Immokalee MSTU Rdway Landscape 47 Packet Page-612- 10/22/2013 16.B.1 . i. Quantity 2 Crape Myrtle trees (2) See specifications for drain inlet and 4 inch box drain cleaning specifications (3) Steam cleaning per specifications shall include all stamped concrete area, 18 inch planter wall, benches, trash receptacle, and bike rack. Median Bulbout Number Planted (SF) Paver 1 N #24, #23 320 SF 1,180 SF 1 S #01, #02 320 SF 1,180 SF 2 N #22, #21 320 SF 1,180 SF 2S #03 160 SF 590 SF 3 N #20 160 SF 590 SF 3S #04 160 SF 590 SF 4N #19 160 SF 590 SF 4 S #05 160 SF 590 SF 5 N #18, #17 320 SF 1,180 SF 5S #06 160 SF 590 SF 6 N #16, #15 320 SF 1,180 SF 6 S #07, #08 320 SF 1,180 SF 7 N #14, #13, #12 480 SF 1,770 SF 7 S #09, #10, #11 480 SF 1,770 SF Total 24 Bulbouts 3,840SF 14,160SF Total Crape Myrtle Trees (all bulbouts) = 48 Trees Work Area 1: ROW TREES & PALMS: Note: All palm trees indicated are Sabal Palms Median PALM Segment W/9th St (North ROW Side) 4 Segment W/9th St (South ROW Side) 0 1N 0 1S 0 2N 0 2S 0 3N 0 3S 0 4N 0 4S 0 5N 0 5S 0 6N 0 6S 0 7N 0 7S 0 Total 4 Palms Work Area 1: MEDIAN TREES & PALMS: Median TREE PALM Note: Segment West of 9th St. has no median ITB 13-6022R Immokalee MSTU Rdway Landscape 48 Packet Page-613- 10/22/2013 16.B.1. 1 1 Crape Myrtle, 2 Live Oak 3 Sabal Palm 2 0 2 Sabal Palm 3 0 0 4 0 0 5 0 3 Sabal Palm 6 1 Crape Myrtle 2 Sabal Palm 7 1 Live Oak 3 Sabal Palm 8 0 0 9 0 0 10 0 0 11 0 0 12 0 1 Sabal Palm 13 0 0 14 0 3 Sabal Palm 5 Trees 17 Palms Totals by species: 17 Sabal Palms/3 Live Oak Trees/2 Crape Myrtle Work Area No. 1: TWO (2) FOOT MAINTENANCE STRIP: North ROW 2 ft. strip maintenance includes mowing, edging, and trash pick-up: 1,029 linier feet of mowing strip area x 2 ft. width = 2,058 SF area South ROW 2 ft. strip maintenance includes mowing, edging, and trash pick-up: 605 linier feet of mowing strip area x 2 ft. width = 1,210 SF area TOTAL Maintenance Strip Area: 3,268 SF grass area Work Area No. 1: CONCRETE SIDEWALK CLEANING: North Concrete Sidewalk maintenance includes steam cleaning: TOTAL NORTH SIDE: 17,465 SF area concrete sidewalk (width varies) South Concrete Sidewalk maintenance includes steam cleaning: TOTAL NORTH SIDE: 18,757 SF area concrete sidewalk (width varies) TOTAL Concrete Sidewalk Area: 36,222 SF Work Area 1: TOTALS: TOTAL Median Bed Area (for mulch application) 15,800 SF TOTAL ROW Bed Area (bulbouts) 3,840SF TOTAL ROW Tree Pit Area (for mulch application) 40 SF TOTAL ROW Stamped Conc. (bulbouts) 14,160 SF TOTAL ROW Mowing (Bahia): 44,947 SF or 1.03 Acres TOTAL Median Mowing (Bahia): 27,214 SF or .62 Acres ITB 13-6022R Immokalee MSTU Rdway Landscape 49 Packet Page-614- 10/22/2013 16.B.1. TOTAL ROW Trees (bulbouts): 48 (Trees—Crape Myrtle) TOTAL ROW Palms : 4 Sabal Palms TOTAL Median Trees: 5 Trees TOTAL Median Palms: 17 Palms TOTAL Median Brick Paver: 12,416 SF TOTAL ROW Brick Paver: 13,363 SF TOTAL Median Concrete: 2,647 SF TOTAL—Two (2) ft. maintenance strip: 3,268 SF TOTAL—Concrete sidewalk: 36,222 SF Work Area 2: SITE SPECIFIC QUANTITIES Note: Schedule provided for general reference, totals shown were measured off auto-cad file, aerials, and project drawings (quantities not from 'as-built'plans). Work Area 2: Immokalee MSTD Maintenance (Fund 111-163805); County Road 846 (1st Street) between Hwy 29 and Carver Street & "Triangle Area" (median and ROW sides at Intersection of Hwy 29 and New Market Road; including signage maintenance areas#1 and #2. - FERTILIZATION QUANTITIES St. Augustine"Floratam" Grass, Shrubs, Ground Cover, and All Median and ROW Trees Months Formulation Application Rates February 8-0-12 1.5 lbs. / 100 SF (7.5 bags) May 8-0-12 1.5 lbs. / 100 SF. (7.5 bags) June 0-0 22 So-Po-Mag 10.0 lbs. / 1,000 SF (0.5 bags) August 8-0-12 1.5 lbs. / 100 SF (7.5 bags) October 0-0-22 So-Po-Mag 10.0 lbs. / 1,000 SF (0.5 bags) November 8-0-12 1.5 lbs. / 100 SF (7.5 bags) Note: 1) Calculations based on: Median Bed Area (21,216 SF) + ROW Bed Area- (3,456 SF) + ROW Tree Pit Area (160 SF)= Total Coverage Area (24,832 SF) 2) Total lbs of fertilizer required for each application of 8-0-12 is 373 lbs. based on 24,832 SF of coverage; bag count is based on 50 lbs. bag 3) Palm Specific Fertilization to occur 2 times per year for palm trees, 57 (36 SF) = 2,052 SF Annual Fertilizer bag quantity: 30 Bags (8-0-12) + 1 Bags (0-0-22) = 31 Baqs It is estimated that the turf and plant beds in medians cover approximately twenty four thousand eight hundred thirty-two SF (24,832 SF). Applications shall be made the day following irrigation when plant material is dry. Shrubs and groundcovers shall have the fertilizer blown or fan raked off following the broadcast application. Immediately after the fertilizer is applied, the areas shall be watered. Fertilizers shall be removed from curbs and sidewalk areas to avoid staining. ITB 13-6022R Immokalee MSTU Rdway Landscape 50 Packet Page-615- 10/22/2013 16.B.1. MEDIAN AREA QUANTITIES (Median Sod, Concrete, Pavers, Planted Bed Maintenance) Note: Median #20 sod indicated as "SA" is irrigated St. Augustine (Floratam Sod). Number Turf Area Pavers Bed/Tree Planted 15A 0 0 734 0 15B 0 0 183 2,051 16 0 0 362 4,104 17A 0 0 314 2,129 17B 0 0 249 775 18 0 0 298 4,053 19 0 0 312 1,667 20 16,465 (SA)* 0 0 6,437 Total 16,465 SF 0 2,452 SF 21,216 SF MULCH QUANTITY The mulch application is 2" of mulch using two cubic feet bags. There is a total of 24,832 SF (152.7 CY)to be mulched in this segment which equals to 2,069 bags per application. Note: Mulch square footage (indicated as 24,832 SF)for Planted Bed/Tree (SF) indicated includes all `tree rings' which are mulched during annual mulch application. All cost associated with `tree ring' mulch application shall be included in the Bid Unit Pricing. ROW AREA QUANTITIES *Note: (1) Tree Pits noted in this section are to be mulched (2) Times per year with 2 inch depth mulch; unit cost is to include cost of removal of old mulch material. Tree pit area is calculated to be 10 SF per each ROW Tree. (2) Median 18W ROW sod indicated as "SA" is irrigated St. Augustine (Floratam Sod). ROW a. Median*Tree Pit Area (10SF ea) Sod Area (SF) Planted 15A E OSF 150 SF OSF 15A W OSF 555 SF OSF 15BE OSF OSF 470 SF 15B W O SF O SF O SF 16 E 0 SF 2,038 SF 0 SF 16W OSF 2,152 SF OSF 17AE OSF 1330 SF OSF 17AW OSF 1364 SF OSF 176E OSF 878 SF OSF 17B W O SF 461 SF O SF 18 E 0 SF 1,748 SF 1,957 SF 18 W O SF 6,693 SF (SA)* 1,029 SF 19 E 0 SF 0 (by others) 0 (by others) 19 W 0 SF 6,476 SF (SA)* 0 SF 20 E 90 SF 40,055 SF 0 SF 20 W 70 SF 16,923 SF 0 SF Total 160 SF 80,823 SF 3,456 SF Total Bahia Sod Area: 67,654 SF / Total St. Augustine Sod Area: 13,169 SF ITB 13-6022R Immokalee MSTU Rdway Landscape 51 Packet Page-616- 10/22/2013 16.B.1 . ROW TREE & PALM QUANTITIES Median TREE PALM 15A E 0 15A W 0 15B E 0 15B W 0 16E 0 16W 0 17A E 0 17A W 0 17B E (1) Pine tree 17B W (1) Live Oak, (1) Pine 18 E (1) Pine 18 E (signage area #1) (1) Ligustrum, (4) Live Oak (1) Sabal Palm (4) Crape Myrtle 18W 0 19 E 0 (maintenance by others) 19W 0 20 E (5) Live Oak, (2) Sabal Palm 20 W (7) Live Oak Total 25 Trees 3 Palms Totals by species: 3 Sabal Palms 1 Ligustrum 17 Live Oak 4 Crape Myrtle 3 Pine Tree MEDIAN TREES & PALM QUANTITIES Median TREE PALM 15A 0 0 15B 0 (5) Sabal Palm 16 (5) Crape Myrtle (10) Sabal Palm 17A (3) Crape Myrtle (4) Sabal Palm 17B (2) Crape Myrtle (3) Sabal Palm 18 (4) Crape Myrtle, (2) Pine, (3) Bottlebrush (12) Sabal Palm 19 (1) Crape Myrtle (5) Sabal Palm 20 (6) Live Oak (20) Sabal Palm (9) Crape Myrtle 35Trees 54 Palms Total trees by species: 54 Sabal Palms: 6 Live Oak Tree 24 Crape Myrtle 2 Pine Tree 3 Bottlebrush SIGN MAINTENANCE AREA#1 Corner of Eustis Ave. and CR 846 (South 1st Street) Plantings around sign: Maintenance of Trees and shrubs planted around sign are included in contract and quantities are included in "ROW Maintenance" section ITB 13-6022R Immokalee MSTU Rdway Landscape 52 Packet Page-617- 10/22/2013 16.B.1 . Total brick surface area for steam cleaning: (19 ft. length x 5 ft. ht.) = 95 SF Total sign face area for bleach/water cleaning: (111 in. length x 61 in. ht.) = 47 SF SIGN MAINTENANCE AREA#2 "Triangle Area" (Intersection of Hwy 29 and New Market Street) Sign maintenance for existing brick structure and face of sign. Cleaning of the brick structure shall be by 'steam cleaning' method. Cleaning of sign face with water and bleach upon direction of project manager. Maintenance this area includes trimming all shrubs and trees so that view to sign is not obstructed. Contractor is to ensure that shrubs do not block the existing signage light from illuminating the sign. Plantings around sign: Maintenance of Trees and shrubs planted around sign are included in contract and quantities are included in "Median Maintenance" section Total brick surface area for steam cleaning: (19 ft. length x 5 ft. ht.) = 95 SF Total sign face area for bleach/water cleaning: (111 in. length x 61 in. ht.) = 47 SF Work Area No. 2: TWO (2) FOOT MAINTENANCE STRIP North ROW 2 ft. strip maintenance includes mowing, edging, and trash pick-up: 1,029 linier feet of mowing strip area x 2 ft. width = 2,058 SF South ROW 2 ft. strip maintenance includes mowing, edging, and trash pick-up: 605 linier feet of mowing strip area x 2 ft. width = 1,210 SF TOTAL Maintenance Strip Area = 3,268 SF Work Area No. 2 CONCRETE SIDEWALK CLEANING: North Concrete Sidewalk maintenance includes steam cleaning: TOTAL NORTH SIDE: 17,465 sf area concrete sidewalk (width varies) South Concrete Sidewalk maintenance includes steam cleaning: TOTAL NORTH SIDE: 18,757 sf area concrete sidewalk (width varies) TOTAL Concrete Sidewalk Area = 36,222 SF WORK AREA 2 TOTALS: TOTAL Median Bed Area 21,216 SF TOTAL ROW Bed Area 3,456 SF TOTAL ROW Tree Pit Area 140 SF TOTAL ROW Mowing —St. Augustine: 13,169 SF or .30 Acres TOTAL ROW Mowing - Bahia: 67,654 SF or 1.55 Acres TOTAL Median Mowing - St. Augustine: 16,465 SF or .37 Acres TOTAL ROW Trees: 25 Trees ITB 13-6022R Immokalee MSTU Rdway Landscape 53 Packet Page -618- 10/22/2013 16.B.1. TOTAL ROW Palms: 1 Trees TOTAL Median Trees: 47 Trees TOTAL Median Palms: 39 Palms TOTAL Median Brick Paver: 2,452 SF TOTAL ROW Brick Paver (sign structures): 190 SF (brick surface) TOTAL Sign Surface Area: 94 SF (sign face) TOTAL—Two (2) ft. maintenance strip: 3,268 SF TOTAL— Concrete sidewalk: 36,222 SF ITB 13-6022R Immokalee MSTU Rdway Landscape 54 Packet Page -619- 10/22/2013 16.B.1 . AGREEMENT13-6022R for Immokalee MSTU Roadway Landscape Maintenance THIS AGREEMENT is made and entered into this day of , 2013, by and between the Community Redevelopment Agency ("CRA") for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "County" or "Owner") and A&M Property Maintenance LLC authorized to do business in the State of Florida, whose business address is 3240 Everglades Blvd. North, Naples, Florida 34120 (hereinafter referred to as the "Contractor"). WITNESSETH: 1. COMMENCEMENT: The contract shall be for a one (1) year period, commencing on the date of Board approval, and terminating one year later, or until such time as all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed. This contract may be renewed for three (3) additional one (1) year periods, 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 Community Redevelopment Agency deemed one (1) firm to be qualified and awarded a Contract. The Contractor will provide complete services for Immokalee MSTU Roadway Landscape Maintenance on an as-needed basis as may be required by the Owner in accordance with the terms and conditions of ITB #13-6022R and the Contractor's proposal, which is incorporated by reference and made an integral part of this Agreement. The execution of this Agreement shall not be a commitment to the Contractor that any work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the Quotation procedure outlined in the next paragraphs and all Work undertaken by Contractor for Owner pursuant to this Agreement and that procedure during the term and any extension of the term of this Agreement. 3. THE CONTRACT SUM: The Owner shall pay the Contractor for the performance of the Work pursuant to the prices offered by the Contractor in attached Exhibit B or subsequent quotes. Any County agency may utilize the services offered under this contract, provided sufficient funds are included in its budget(s). 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: Sylvia B. Yzaguirre, Owner A&M Property Maintenance, LLC 3240 Everglades Blvd. North Naples, Florida 34120 Phone: (239) 455-1598 Fax: (239) 455-1598 aandmtotal( vahoo.com Packet Page-620- 10/22/2013 16.B.1 . 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 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: Packet Page -621- 10/22/2013 16.B.1 . 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 Requirements: 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 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 11 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 Packet Page-622- 10/22/2013 16.B.1. 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. A Purchase Order Modification shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Purchase Order Modifications. 15. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in accordance with the Purchasing Policy. 16. 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; 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 (including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(d) and (3))). 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. 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 Packet Page -623- 10/22/2013 16.B.1. 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 shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants, see Exhibit A hereto attached, to Owner 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 any application, installation, connections, materials, equipment, and/or anything erected 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 Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 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 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. Packet Page-624- 10/22/2013 16.B.1. 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. 24. 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, RFP #13-6022R 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. 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. 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. 30. 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. 31. 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. 9 I Packet Page-625- 10/22/2013 16.B.1. 32. 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 33. 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. ********************************* Remainder of page intentionally left blank ******************************** Packet Page-626- 10/22/2013 16.B.1. 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. COMMUNITY REDEVELOPMENT AGENCY ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Tim Nance, Chair Dated: (Seal) A&M Property Maintenance, LLC Contractor By: First Witness Signature Type/Print Witness Name Typed Signature Second Witness Title Type/Print Witness Name Approved as to form and legality: Assistant County Attorney v Packet Page-627- 10/22/2013 16.B.1. EXHIBIT A WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Final Completion: Name and Address of CONTRACTOR: CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF FINAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or a guaranty for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. DATE: CONTRACTOR BY: Attest: Packet Page-628- 10/22/2013 16,B.1. EXHIBIT B-Contractor Pricing 13.6022R Immokalee MSTU Roadway Landscape Maintenance ,'< ' ,e• *:, : - -:'.d7ESCRIPTION', :: :. .1?`,I,QTY,{UNIT!=UNIT PRICE V TOTAL{,"' MOWING o& :EDG:Main Street(HWY 29)between Hancock Street an d 13th Street ( I 1 1 Side ROW Mowing (44,947 SF) (Bi-weekly) _ 26 Es i$ 235.00 S 6,110.00 . 2 Median Mowing (6,101 SF(1st to 9th Street) 44 Ea S 1.00 S 44.00 3 Median Mowing (27,214 SF(1st to 13th Street) 44 Ea $ 100.00 5 4.400.00 4 Turf Mowing and Edging 2 foot maintenance strip(1st to 9th street)(3,268 SF sod area)(every 4 weeks) 13 Ea S 105.00 S 1,365.00 5 Weeding 52 Ea $ 45.00 5 2.340.00 6 General Site Pruning(every 4 weeks) 13 Ea S 125.00 5 1.625.00 7 Irrigation Systems(Weekly Functions) 52 Ea S 145.00_$ 7,540.00 Work Area ll:Immokalee:let Street(Hwy 29 to Carver Street)&the'Triangle"(intersection of Hwy 29 and New Market Street) i 8 Side ROW Mowing Bahia(67,504 SF)(BI-weekly) 26 Ea 5 1.00 $ 26.00 9 Side ROW Mowing St.Augustine(13.169 SF) 44 Ea $ 143.00 $ 6,292.00 10 Median Mowing St.Augustine(16,485 SF) 44 Ea S 1.00 $ 44.00 11 Weeding 52 Ea $ 45.00 $ 2.340.00 12 General Site Pruning (every 4 weeks) 13 Ea $ 125.00 $ 1,625.00 13 Irrigation Systems(Weekly Functions) 52 Ea 5 145.00 $ 7,540.00 LANDSCAPE CARE _ WORK AREAS I&II:CANOPY TREE AND PALM PRUNING (Canopy Trees-April-September) I _ 14 'Live Oak(Area I has 3)(Area II has 25) 29 Ea $ 15.00 $ 435.00 15 !Crane Myrtles(Area I has 51)(Area II has 25) 76 Ea $ 0.01 $ 0.76 16 Hong Kong Orchid(Area II) 8 Ea $ 1.00 $ 8.00 17 Pine Tree(Area II) 3 Ea $ 0.33 $ 0.99 Palms-(June) 18 Sabel Palm(Area I has 21)(Area II has 49) 70 Ea 5 8.00 $ 580.00 19 Foxtail Palm(Area I has 55)(Area II has 48) 1 103' Ea 5 6.00 $ 818.00 ORNAMENTAL SPRAYING(All Areas) 20 Grcundcover,Shrubs,&Trees:Insecticides&Fungicides 1 Ea $ 500.00 5 500.00 21 Herbicides I 1 Ea 5 500.00 $ 500.00 FERTILIZATION(All Areas) 22 FERTILIZATION(County will supply granular fertilizer1Groundcover,Shrubs.Trees and Palms 37 Bags 5 10.00 $ 370.00 23 Perform Sequestrene Iron Drench Application 1 Ea S 25.00 S 25.00 24 20-20-20 with Ferromec AC 13-0-0 plus 6%Iron(Optional) 11 Ea $ 25.00 S 25.00 MULCHING 25 Mulching-Organic Application(Cale 14,139 SF coverage(2'mulch,2 cu.Ft,bags,87.3 CY)Area 1 1178 Bags l$ 0.75 S 883.50 26 Mulching:Organic Application(Cale using 26.331 SF coverage(2"mulch,2 cu FL bags,162.5 CY)Area 2 2194 Bags($ 0.75 $ 1,645.50 CLEANING&SWEEPING - 27 Street Cleaning(All Areas) 52 Ea 5 190.00 5 9,880.00 28 Trash Removal 52 Ea $ 190.00 S 9,880.00 29 Air Blow 52 Ea $ 100.00 $ 5.200.00 SITE SPECIFIC MAINTENANCE FUNCTIONS FOR WORK AREA 1: 30 Pressure Cleaning(39,939 SF pavers includes stamped concrete at bulbouts) 1 Ea S 3,870.00 S 3.870.00 31 Street Sweeping(Vacuum Truck) 1 Ea $ 225.00 S 225.00 32 Bulbout and Gutter Channel Drain Cleaning 1 Ea $ 2,900.00 5 2,900.00 33 Pressure Water Flush(Si-weekly) 26 Ea $ 25.00 $ 650.00 34 Tree Grate Maintenance/Watering(only for Foxtail within Tree Grates)Area I 55 Ea S 5.00 S 275.00 35 Concrete Sidewalk Steam Cleaning;(36,222 SF concrete area)bwt 9th&1st Street 13 Ea S 50.00 $ 650.00 SITE SPECIFIC MAINTENANCE FUNCTIONS FOR WORK AREA 2: 36 Pressure Cleaning Brick Pavers (2,642 SF) 1 Ea S 1.450.00 $ 1 450.00 37 .Street Sweeping(Vacuum Truck) 1 Ea 225 $ 225.00 38 /Tree Grate Maintenance,Watering(only for Foxtail within Tree Grates)Area II 49 Ea 5 5.00 $ 245.00 !Sign Maintenance Ea 39 Banner Installation(removal end installation for 48 banners)twice a year 2 Ea $ 1.450 00 1 S 2.900 00 n'I r T!D;TA'L"I3A$E BID' # Q5,2 TOTAL MEN(Crew Size)TO PERFORM SERVICES(Minimum two 5 person crews required per week) , Per Week: 10 Annual(52) 520 ESTIMATED TOTAL MAN-HOURS TO PERFORM REQUIRED SERVICES (The contractor shall submit the amount of man-hours that they intend to provide to this Contract on a weekly basis) Hours per week 60 Crew size(Personnel on Site) 10 Man Hours 800 AlternatelAdditionaf Planting Services 40 6"Pot Crown of Thorns all varieties.annuals,and herbaceous perennials I 1 Ea $6.80 $ 6.80 41 8"Pot Crown of Thorns all varieties,annuals.and herbaceous perennials I 1 Ea 510.20 $ 10,20 42 1 Gallon Container.African Iris, Cordgrass all varieties,Plumbago,Lily of the Nile,Coontia,Florida Gama Grass, $6.80 5 6.80 Juniper'parsonii,Lantana,Pentas.Linope all varieties,Spider Lily.Muhiy Grass,Asian Jasmine ell varieties.Firebush fit; all varieties,Powderpuff,Blueberry Flax Lily.and all vareties of Ornamental Grasses 1 Es 1 of 3 Packet Page-629- (::::) 10/22/2013 16.B.1. EXHIBIT B•Contractor Pricing 13.8022R Immokalee MSTU Roadway Landscape Maintenance • 43 1 Gallon Container: Ground Orchid,and Cast iron plant all varieties 1 Ea $10.20 $ 10.20 44 3 Gallon Container: Cocoalum.Thryallis,allemande all varieties,Bougainvillea all varieties,Ixora all varieties,Indian 513,60 $ 13.60 Hawthorne all varieties,Juniper'Parsonli'and all other varieties.Coontie,Ornamental Grasses all varieties.Florida Privet,Ilex'Schellings dwarf Wax Myrtle,Sea Oats.Arbwicola all varieties,Silver Buttonwood,Green Buttonwood. Stoppers all varieties.Viburnum all varieties,,6rebush all varieties,powderpuff,Blueberry Flax Lily,Green Island Ficus, myrsine,Pitt'sporum 1 Ea 45 3 Gallon Container. Saw Palmetto.Sabel Minor,Grounc Orchids,Wild Coffee,podocarpus all varieties.Bird of $21.25 $ 21.25 Paradise,Philodendron xanadu 1 Ea 46 10 Gallon Container: Guava,Crape Myrtle all varieties,Crinum Lily,Hibiscus Standard,Jamaican Caper,Ligustrum, 1 Ea $42.50 5 42.50 Myrsine,Silver Buttonwood,Stopper ad varieties,Wax Myrtle, Red Maple,Black Olive'Shady Lady'Floss silk Tree, Royal Poinciana,Yellow Poinciana,Bald Cypress,Pond Cypress,Hong Kong Orchid,Orchid tree all varieties,Tabebuia all varieties,Cassia,Live Oak,Foxtail Palm,Thatch Palm.Solitaire Palm,Veitchia Palm all varieties,Geiger tree all varieties,Yellow Elder,Magnolia,Holly all varieties, Saw Palmetto,Sabel Minor.,Bird of Paradise,Lignum Vitae, Caesalipina at varieties,Podocarpus all varieties Gumbo Limbo, Pigeon Plum,Paradise Tree,,Purple Glory Tree, Kariba Palm,Powderpuff,Slash Pine, end Golden Reintree• 47 15 Gallon Container:Guava,Crape Myrtle all varieties,Crinum Lily,Jamacian Caper,Ligustrum,Myrsine.Silver 1 Ea $55.25 $ 55.25 Buttonwood,Stopper all varieties,Wax Myrtle, Red Maple,Black Olive'Shady Lady'Floss silk Tree,Royal Poinciana, Yellow Poinciana,Bald Cypress,Pond Cypress,Hong Kong Orchid,Orchid tree all varieties,Tabebuia all varieties,Live Oak,Foxtail Palm,Thatch Palm,Solitaire Palm.Vertchia Palm all varieties,Geiger tree all varieties,Yellow Elder. Magnolia all varieties.Holly all varieties,Saw Palmetto,Sabal Minor,Bird of Paradise.Lignum Vitae,Caesalipina all varieties,Podocarpus all varieties Gumbo Limbo, Pigeon Plum.Paradise Tree,Purple Glory Tree,Kentia Palm, Powderpuff,Slash Pine,Golden Raintree,end Tibuchina. 48 25 Gallon Container: Guava,Crepe Myrtle all varieties,Crinum Lily,Jamaican Caper,Ligustrum,Myrsine,Silver or 1 Ea $127.60 S 127.50 Green Buttonwood,Stopper all varieties,Wax Myrtle, Red Maple.Black Olive'Shady Lady'Floss silk Tree,Royal Poinciana,Yellow Poinciana,Bald Cypress,Pond Cypress,Hong Kong Orchid.Orchid tree all varieties,Tabebuia all varieties, Live Oak,Fox-tail Palm,Thatch Palm,Solitaire Palm.Veitchia Palm all varieties,Geiger tree all varieties, Yellow Elder,Magnolia,Holly all varieties.Saw Palmetto.Sabal Minor,Lignum Vitae,Caesalipina all varieties, Podocarpus all varieties Gumbo Limbo, Pigeon Plum.Paradise Tree,Purple Glory Tree,Kentla Palm,Powderpuff, Slash Pine,Golden Ramtree,and Tibuchina. 46 1 Ea $ 212.50 5 212.50 I • 45 Gallon Container: Guava.Crape Myrtle all varieties,Crinum Lily,Jamaican Caper.Ligustrum,Myrsine,Silver or Green Buttonwood,Stopper all varieties;Wax Myrtle, Red Maple.Bleck Olive'Shady Lady'Floss silk Tree,Royal Poinciana.Yelow Poinciana.Bald Cypress.Pond Cypress,Hong Kong Orchid,Orchid tree all varieties,Tabebuia all • varieties,Cassia,Live Oak,Foxtail Palm,Thatch Palm,Solitaire Palm,Veitchia Palm all varieties,Geiger tree all varieties,Yellow Elder,Magnolia,Holly all varieties,Saw Palmetto,Sabal Minor,Lignum Vitae,Caesalipina all varieties, Podocarpus all varieties Gumbo Limbo, Pigeon Plum,Paradise Tree.Purple Glory Tree,Kentia Palm,Powderpuff, Slash Pine.Golden Raintree,and Tibuchina 50 1 Ea $297.50 $ 297.50 r 65 Gallon Container. Guava,Crape Myrtle all varieties.Crinum Lily,Hibiscus Standard,Jamaican Caper,Ligustrum, Myrsine,Silver or Green Buttonwood.Stopper all varieties,Wax Myrtle, Red Maple,Black Olive'Shady Lady Floss silk Tree,Royal Poinciana,Yellow Poinciana,Bald Cypress.Pond Cypress,Hong Kong Orchid,Orchid tree all varieties, I Tabebuia all varieties,Cassia,Live Oak.Foetal!Palm,Thatch Palm,Solitaire Palm,Veitchia Palm all varieties,Geiger tree all varieties,Yellow Elder,Magnolia,Holly all varieties,Saw Palmetto,Sabal Minor,Lignum Vitae,Caesalipina all varieties.Podocarpus all varieties Gumbo Limbo, Pigeon Plum,Paradise Tree,Purple Glory Tree,Kentia Palm. i Powderpuff,Slash Pine,and Golden Raintree l I 51 100 Gallon Container, Guava,Crape Myrtle all varieties,Crinum Lily,Hibiscus Standard,Jamaican Caper,Ligustrum, 1 Ea $580.00 $ • 680.00 Myrsine.Silver or Green Buttonwood,Stopper all varieties,Wax Myrtle, Red Maple.Black Olive'Shady Lady'Floss silk Tree,Royal Poinciana,Yellow Poinciana,Bald Cypress,Pond Cypress,Hong Kong Orchid,Orchid tree all varieties, ITabebuia all varieties,Cassia,Live Oak,Foxtail Palm.Thatch Palm,Solitaire Palm,Veitchia Palm all varieties,Geiger I tree all varieties,Yellow Elder,Magnolia.Holly all varieties,Lignum Vitae,Caesalipina all varieties.Podocarpus all varieties Gumbo Limbo. Pigeon Plum.Paradise Tree,,Purple Glory Tree,Kentia Palm,Powderpuff,Slash Pine, j IGolden Rairltree, I • 52 200 Gallon Container Guava,Crape Myrtle all varieties.Cnnum Lily,Hibiscus Standard,Jamaican Caper,Ligustrum, 1 Be $ 850.00 $ 850.00 Myrsine,Silver or Green Buttonwood,Stopper all varieties,Wax Myrtle, Red Maple,Black Olive'Shady Lady'Floss silk Tree,Royal Poinciana,Yellow Poinciana.Bald Cypress,Pond Cypress,Hong Kong Orchid Orchid tree all varieties, Tabebuia all varieties.Cassia,Live Oak,Foxtail Palm,Thatch Palm,Solitaire Palm,Veitchia Palm all varieties,Geiger !tree all varieties,Yellow Elder,Magnolia,Holly all varieties,Lignum Vitae,Caesalipina all varieties.Podocarpus all Ivarieties Gumbo Limbo, Pigeon Plum Paradise Tree.,Purple Glory Tree.Kentia Palm,Powderpuff,Slash Pine,and Golden Raintree 53 Guava,Crape Myrtle all varieties,Jamaican Caper,Ligustrum.Myrsine,Silver or Green Buttonwood,Stopper all t Ea $0.01 $ 0.01 varieties,Wax Myrtle, Red Maple,Black Olive'Shady Lady'Floss silk Tree,Royal Poinciana,Yellow Poinciana,Bald Cypress.Pond Cypress,Hong Kong Orchid,Orchid tree all varieties,Tabebuia all varieties,Cassia,Live Oak,Foxtail Palm,Thatch Palm,Solitaire Palm,Veitchia Palm all varieties,Geiger tree all varieties,Yellow Elder,Magnolia,Holly all varieties,Lignum Vitae,Caesalipina all varieties,Podocarpus all varieties Gumbo Limbo, Pigeon Plum,Paradise Tree,, Purple Glory Tree,Kentia Palm.Powoerpufl,Slash Pine,and Golden Raintree. 54 Various Sizes 55 Live Oak 100 gel.,FG/RPG 1 Ea $680.00 $ 680.00 56 Live Oak 200 gal.,FG/RPG 1 Ea $850.00 $ 850.00 57 Live Oak 300 gal.,FG/RPG 1 Ea 31,020.00 $ 1,020.00 58 Hong Kong Orchid/10'-12',FG/RPG 1 Ea 5340.00 $ 340.00 59 Hong Kong Orchid/14'-20'GA.FG I RPG 1 Ea 5510.00 $ 510.00 I 60 Hong Kong Orchid/15'•35'OA,FG/RPG 1 Ea $595.00 S 595.00 61 Alexander Palm/8'-10'OA.FG/RPG - 1 Ea $170.00 5 170.00 2of3 Packet Page-630- 0 I 10/22/2013 16.B.1. EXHIBIT B-Contractor Pricing 134022R Immokalee MSTU Roadway Landscape Maintenance 62 Alexander Palm/10-16'OA,FG/RPG 1 Ea $255.00 I$ 255.00 83 Coconut Palm/10'-15'GW.FG I RPG 1 Ea 5425.00;$ 425 00 64 Coconut Palm l Larger sizes,cost per toot of wood.FG/RPG 1 Ea $170.00 $ 170.00 65 IFoxtail Palm/FG 8'-10'.FG I RPG 1 Ea $170.00 $ 170.00 66 Foxtail Palm!FG 10,-15'OA,FG/RPG 1 Ea $510.00 $ 510.00 ' 67 Foxtell Palm I Larger sizes.cost per toot of wood,FG 1 RPG 1 Ea $127.50 $ 127.50 68 (Royal Palm IT-10'GW,FG/RPG 1 Ea $510.00 $ 510.00 69 I Royal Palm/12'-16'GW,FG/RPG 1 Ea 5785.00 $ 765.00 70 Royal Palm I Larger sizes,cost per foot of wood.FG/RPG 1 Es 5127.50 $ 127.50 71 Sabel Palm/10'-18'OA 1 Ea $255.00 5 255.00 72 Thatch Palm 18'-8'OA,FG I RPG _ 1 Ea $297.50 $ 297.50 73 Thatch Palm I Larger sizes,cost per foot of wood.FG/RPG 1 Ea 3170.00 $ 170.00 74 Wax Myrtle/10'OA,FG/RPG 1 Ea $63.75 $ 63,75 75 Wax Myrtle l 12'OA,FG/RPG 1 Ea $72.25 $ 72.25 76 Wax Myrtle)14'OA,FG/RPG 1 Ea . $72.26 $ 72.25 77 Crape Myrtle'Muskogee'/8'-10'OA,FG/RPG 1 Ea $297.50 $ 297.50 78 Crape Myrtle'Muskogee'/10'-14'OA,FG/RPG I 1 Ea $340.00 $ 340.00 • 79 Crape Myrtle'Natchez'18'•10'OA,FG/RPG ` 1 Ea I $297.50 5 297.50 80 Crape Myrtle'Natchez'110'-14'OA,FG/RPG . 1 Es I $340.00 $ 340,00 81 Crape Myrtle'Tuscarora'/8'-10' OA,FG I RPG ' 1 Ea $297.50 3 297.50 82 Crepe Myrtle Tuscarora'/10'•14'OA,FG/RPG 1 En $340.00 $ 340.00 83 Magnolia'OD Blanchard'/100 gal,FG/RPG 1 Es $510.00 $ 510.00 84 Magnolia'Little Gem'/100 gal.,FG/RPG 1 Ea $510.00 S 510.00 , 85 Shady Lady Black Olive/10'-18'OA,FG/RPG 1 Es $297.50 $ 297.50 86 Shady Lady Black Olive 1 16'-20'OA,FG/RPG 1 Ea $340.00 $ 340.00 87 Bald Cypress/100 gal.,FG/RPG 1 Ea $297 50 5 297.50 . General Services 84 Irrigation Supervisor(per man hour): 1 Ea $55.25 $ 55.26 85 Irrigation Technician(per man hour): 1 Ea $55.25 $ 55.25 86 Laborer/Helper(per man hour): 1 Ea $46•75 3 46,75 • 87 Irrigation System Review;Unit per hour 1 Ea $21.25 $ 21.25 88 Staking of Small Palm(4"-6"Caliper) 1 Ea $76.50 $ 78.50 89 Staking Large Palms(Caliper greater than 6") 1 Ea $106.25 $ 106.25 L90 Staking Small Canopy Tree(2x2 posts and guy wire,4"-6"caliper) 1 Ea _ $76.50• $ 76.50 91 !Staking Large Canopy Tree(2x4 posts,treater than 6"caliper) 1 Ea $106.25 S 106.25 92 IRestanding and Staking Small Palm(4"-6"Caliper) 1 Ea $170.00 $ 170.00 93 IRestanding and Staking Large Palms(Caliper greater than 6") 1 Ea $212.50 $ 212.50 • 94 Restanding and Staking Small Canopy Tree(2x2 posts and guy wire 4"48"caliper) 1 Ea 5 170.00 $ 170.00 95 Restaking Large Canopy Tree(2x4 posts,greater than 6"caliper) 1 Es $212.50 5 212.50 The following are for removal,disposal and disposal lee(If applicable)only: 96 Live Oak 65 gal. 1 Ea $42.50 $ 42.50 97 Live Oak 100 gal. 1 Ea $212.50 $ 212.50 98 Alexander Palm!8'-10'OA 1 Ea $42.50 $ 42.50 • • 99 Alexander Palm 1 12'OA or larger 1 Ea $42.50 $ 42.50 • 100 Sabel Palm/8'-10'OA 1 Ea 5212.50 I$ 212.50 1D1 Sabal Palm/12'OA or larger 1 Ea $255.00 $ 255.00 102 Magnolia'little gem'65 gel. 1 Ea $42.50 $ 42.50 • 103 Foxtail Palm/S'-10'OA 1 Ea $170.00 $ 170.00 , 134 Foxtail Palm!12'or larger 1 Ea $212.50 $ 212.50 • 105 Thatch Palm 16'-8'OA 1 Ea $42.50 5 42.50 106 Insert Material Markup Percentage x$5000(e.g.,20%x$5000•$1000 in unit price.) Markup not to exceed 25%) In the unit place your percentage(e.g.20 as.20) 5000 LS 0.25 $ 1.250.00 • • • • 3 of 3 Ono Packet Page -631-