Loading...
Agenda 06/12/2018 Item #16A2806/12/2018 EXECUTIVE SUMMARY Recommendation to award ITB No. 18-7253 “Goodlette Frank Road Landscape Maintenance” to Florida Land Maintenance, Inc., d/b/a Commercial Land Maintenance. OBJECTIVE: To award a contract for Goodlette-Frank Road landscape and irrigation maintenance. The roadways in this work area includes Golden Gate Parkway to Pine Ridge Road, 4.00 Miles; Pine Ridge Road to Vanderbilt Beach Road, including the berm on Hickory Road, 4.30 Miles; and Vanderbilt Beach Road South (Mercato Signal to Goodlette-Frank Road), 0.75 Miles. CONSIDERATION: On December 12, 2017, the Procurement Services Division online bidding system, Bid Sync, released four thousand nine hundred and nine (4,909) notices for Invitation to Bid No. 18-7253. Vendors downloaded sixty-two (62) bid packages and the county received two (2) bids by the January 16, 2018 due date. Staff conducted a review of the bid tabulations and qualifications of the vendors. During the review, Procurement Services contacted one (1) of the vendors because it offered a one dollar ($1.00) bid for line item number 75, “B&B Roots Plus Grower or Equal.” The vendor explained that the item was unable to be bid because it did not define tree sizes. The division reviewed the line item, and decided to omit this item from the bid total because the unit of measure was listed as “each” and it should have been listed with a “size.” A revision was made to the bid tabulation total deducting each vendors’ offer for that item. Staff recommends award to Florida Land Maintenance, Inc., d/b/a Commercial Land Maintenance. Florida Land Maintenance is a responsive and responsible bidder offering the lowest total bid price. Below is a summarization of the final revised bid totals. Revised Bid Totals Florida Land Maintenance, Inc. d/b/a Commercial Land Maintenance $352,097.53 Superior Landscaping & Lawn Service, Inc. $399,076.78 FISCAL IMPACT: Funding for these services is budgeted annually within the Landscape Maintenance Operations section of the Road & Bridge Maintenance Division fund center. Source of funds is Unincorporated Area General Governmental revenues. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. RECOMMENDATION: To award Invitation to Bid No. 18-7253 “Goodlette Frank Road Landscape Maintenance” to Florida Land Maintenance, Inc. d/b/a Commercial Land Maintenance; and authorize the Chairman to sign the attached agreement. Prepared by: Melissa Pearson, Contract Administration Specialist, Growth Management Department ATTACHMENT(S) 1. [Linked] 18-7253 FloridaLand_VendorSign_Contract (PDF) 2. 18-7253 NORA (PDF) 16.A.28 Packet Pg. 1055 06/12/2018 3. 18-7253 Solicitation (DOCX) 4. Attachment A_Scope of Services (PDF) 5. 18-7253 Bid Tab_R (XLSX) 16.A.28 Packet Pg. 1056 06/12/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.28 Doc ID: 5637 Item Summary: Recommendation to award ITB No. 18-7253 “Goodlette Frank Road Landscape Maintenance” to Florida Land Maintenance, Inc. d/b/a Commercial Land Maintenance. Meeting Date: 06/12/2018 Prepared by: Title: Contract Administration Specialist – Road Maintenance Name: Melissa Pearson 05/10/2018 5:05 PM Submitted by: Title: Division Director - Road Maintenance – Road Maintenance Name: Travis Gossard 05/10/2018 5:05 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 05/11/2018 7:56 AM Procurement Services Ted Coyman Additional Reviewer Completed 05/11/2018 9:01 AM Procurement Services Swainson Hall Additional Reviewer Completed 05/11/2018 2:07 PM Growth Management Department Pamela Lulich Additional Reviewer Completed 05/12/2018 3:03 AM Growth Management Department Diane Lynch Level 1 Reviewer Completed 05/14/2018 8:21 AM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 05/14/2018 10:31 AM Procurement Services Sandra Herrera Additional Reviewer Completed 05/14/2018 10:54 AM Procurement Services Evelyn Colon Additional Reviewer Completed 05/14/2018 11:53 AM Growth Management Department Gene Shue Additional Reviewer Completed 05/15/2018 9:06 AM Road Maintenance Travis Gossard Additional Reviewer Completed 05/15/2018 9:17 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 05/17/2018 8:55 AM Growth Management Department James French Deputy Department Head Review Skipped 05/24/2018 3:23 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 05/31/2018 3:05 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 05/31/2018 3:27 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 05/31/2018 4:40 PM Budget and Management Office Mark Isackson Additional Reviewer Completed 06/01/2018 10:26 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 06/03/2018 8:19 PM 16.A.28 Packet Pg. 1057 06/12/2018 Board of County Commissioners MaryJo Brock Meeting Pending 06/12/2018 9:00 AM 16.A.28 Packet Pg. 1058 16.A.28.b Packet Pg. 1059 Attachment: 18-7253 NORA (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR Goodlette Frank Road Landscape Maintenance SOLICITATION # 18-7253 BRENDA BRILHART, CPPB, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8446 brendabrilhart@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format (Rev 8/2/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.A.28.c Packet Pg. 1060 Attachment: 18-7253 Solicitation (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB #18-7253 Goodlette Frank Road Landscape Maintenance 2 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 18-7253 PROJECT TITLE: Goodlette Frank Road Landscape Maintenance POST DATE: December 12, 2017 PRE-BID CONFERENCE: No Pre-Bid BID OPENING DAY/DATE/TIME: January 15, 2018 at 2:30 P.M. PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 1. INTRODUCTION As requested by the Road Maintenance Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. 2. BACKGROUND For Fiscal Year (FY) 2017, the estimated average annual maintenance cost per mile was $44,430, and the anticipated annual expenditure for services including additional services is approximately $442,300. 3. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal option . Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sol d hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. 4. AWARD CRITERIA ITB award criteria are as follows: 4.1 The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. 4.2 It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. 4.3 For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below:  To award to the lowest, responsive, responsible bidder with the lowest overall price. 4.4 Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to:  To award to a single vendor. 4.5 The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation . 5. DETAILED SCOPE OF WORK – See Attachment A 16.A.28.c Packet Pg. 1061 Attachment: 18-7253 Solicitation (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB #18-7253 Goodlette Frank Road Landscape Maintenance 3 6. INSURANCE AND BONDING REQUIREMENTS . Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2. Employer’s Liability $_1,000,000 single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily Injury 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 Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence 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 Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, 16.A.28.c Packet Pg. 1062 Attachment: 18-7253 Solicitation (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB #18-7253 Goodlette Frank Road Landscape Maintenance 4 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. 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the 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, pub lished by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. 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. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. 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 s tate the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on beh alf of Collier County. 12. Thirty (30) Days Cancellation Notice required. 11/6/17 - GG _______________________________________________________ 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 ________________ 16.A.28.c Packet Pg. 1063 Attachment: 18-7253 Solicitation (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR GOODLETTE FRANK ROAD LANDSCAPE MAINTENANCE SOLICITATION NO.: 18-7253 ATTACHMENT A – SCOPE OF SERVICES BRENDA BRILHART, CPPB, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8446 BrendaBrilhart@colliergov.net (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.A.28.d Packet Pg. 1064 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 2 Attachment A - Scope of Work Detailed Scope of Work As requested by the Collier County Road Maintenance Division, Landscape Operations (hereinafter, the “Division”) and the Collier County Board of Commissioners Procurement Services Division (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, qualifications, and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and specifications stated. The results of this solicitation may be used by the Division for “Goodlette-Frank Road Landscape Maintenance (Golden Gate Parkway to Pine Ridge Road), 4.00 Miles; (Pine Ridge Road to Vanderbilt Beach Road includes berm on Hickory Road), 4.30 Miles; and Vanderbilt Beach Road South (Mercato Signal to Goodlette-Frank Road), 0.75 Miles” upon award by the Board of County Commissioners and in accordance with the Procurement Ordinance, as amended. While the County intends to use the contractor awarded as a part of this solicitation, the County reserves the right at any time to use other contractors for the services described by requesting additional quotes or bids from other contractors (per the Board’s Purchasing Ordinance). Brief Description of Purchase County intends to award a qualified landscape maintenance contractor to provide services as listed in this solicitation for a three (3) year term with two (2), one (1) year renewals. Awarded contractor shall be responsible for providing full services in maintaining the medians and sides of right of way (ROW) sustaining the quality and health of the plant materials. Contractor shall be required to follow Green Industries Best Management Practices for Florida friendly plants. Minimum Qualifications This section has three (3) criteria in providing minimum qualifications that must meet or exceed to qualify for this bid and to be considered for award. Contractors are required to perform Routine Basic Landscape Maintenance Services. However, the following services are authorized for subcontractors:  Irrigation Services.  Arborist’s Services  Fertilization Applications  Pesticide, Fungicide, and Herbicide Applications  Plant Growth Regulator Applications Contractors/Subcontractors must submit required documentation, licenses, and certificates at bid submission or before Notice of Recommended Award (NORA). 1. Licenses/Certifications/Documentation Licenses and certifications pursuant to Collier County, Contractor’s Licensing, Ordinance Number 2006-46, as amended, and Florida State Statutes. a. Collier County Landscape Restricted or Landscape License; Landscape & Irrigation License; or Unlimited Landscape License. b. Collier County Irrigation License - A minimum of three (3) years experience with Motorola Irrigation Control Systems or equivalent smart controller systems. Contractor is to provide a list of projects with Motorola Irrigation Control Systems or smart controller systems where they have maintained within the last three (3) years. 16.A.28.d Packet Pg. 1065 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 3 c. Collier County Pest Control License 2. Certifications a. Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. b. Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S.- E c. Employee Identification Card for non-certified employees OR a listing of employees’ names and their issued ID card numbers that will performing pest control for a licensed company. Each ID card must be an employee of the licensed company and work under the direct supervision of the certified operator in charge. Chapter, 482.091 F.S. d. International Society of Arborists (ISA) certification - The Contractor shall have one permanent full-time employee that possesses an active certification. Contractor shall provide a copy of an active Florida Arborist Certification. e. Maintenance of Traffic (MOT), Intermediate Level Certificate with three (3) years experience. f. Irrigation certifications for employees g. Green Industries, Best Management Practices, Certificate pursuant to Chapter 482.1562, F.S. (certificate must be obtained within six (6) months from contract execution). 3. Documentation (forms provided) a. Experience: Provide a description describing a minimum three (3) years experience that is relevant and similar to the Scope of Work and specifications. b. Equipment List: Provide a list of all company owned and/or leased equipment that will be used for this contract. c. References: Include five (5) governmental or commercial references relevant to the services listed in the specifications. Scope of Services Awarded contractor /subcontractor shall be responsible for landscape maintenance services. A detailed site description is located in Exhibit A. Work areas are awarded in “as is” conditions and contractors/subcontractors are encouraged to visit each work area for a full assessment. Services for landscape maintenance may require services weekly, monthly, quarterly, or on an “as needed” basis. Division determines the schedule to sustain the quality and health of plant materials within the medians and sides of ROW improved areas. These services include, but are not limited to, medians and sides ROW mowing; weeding; edging; trimming; pruning; general site trimming; trash removal; hardscapes pressure washing; blowing, irrigation checks and repairs; ornamental & turf applications of herbicide, pesticide, fungicide, and growth regulator; mulching; fertilization applications; tree trimming; palm pruning, palm frond bungee cord restraints; tree and palm re-staking, re-standing; plant replacements; emergency services; crane services; water truck services; hand watering; sod replacements; Maintenance of Traffic (MOT); and all other services as they relate to landscape maintenance services. Goodlette-Frank Road Landscape Maintenance 1. Golden Gate Parkway to Pine Ridge Road a. Improved medians 1-13 16.A.28.d Packet Pg. 1066 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 4 b. All side right-of-way areas on Goodlette-Frank Road from Golden Gate Pkwy to Pine Ridge Road. c. Solana Road, two medians and side ROW mowing. d. All right-of-way areas indicated in the Spur Road off of Goodlette Road adjacent to Water Quality Freedom Park e. Berm planting area at Goodlette Rd and Pine Ridge Road East ROW 2. Pine Ridge Road to Vanderbilt Beach Road includes berm on Hickory Road a. Improved medians 36-44 b. All side right-of-way areas on Goodlette-Frank Road from Pine Ridge Road to Vanderbilt Beach Road. c. Hickory Road berm, one planted berm area and ROW mowing around the berm to be included in bahia side ROW mowing. d. All dry and wet retention areas 3. Vanderbilt Beach Road South (Mercato Signal to Goodlette-Frank Road) a. Improved areas on the southwest portion of Vanderbilt Beach Road between Mercato signal to Goodlette Road to include both in front and behind wall area into Hickory Road. b. All dry and wet retention areas 1. Specifications Contractor or Subcontractor shall be responsible to furnish all labor, supervision, equipment, tools, and materials as outlined in this solicitation. Current techniques and standards approved by University of Florida, Institute of Food and Agriculture Services (UF/IFAS) shall be utilized for these services. Collier County expects the successful bidder to fully comply with all terms of this bid. Every item and schedule is considered an important element of the bid and must be strictly adhered to. The work covered by this bid consists of furnishing all labor, equipment, and materials. 1.1 Section I. Routine Basic Landscape Maintenance & Irrigation Services Specifications for routine services include, but not limited to, median mowing and edging, side of the right-of- way (ROW) mowing and edging, street cleaning, median weeding, side of the right- of-way weeding, general site trimming, trash removal, and irrigation system maintenance and repair. At full discretion of the Division, services may increase or decrease. 1.1.1 Mowing The number of mowing services may be modified by the Division depending upon conditions or extenuating circumstances. Mowing includes, but not limited to: swale areas, sod within medians, and sod on sides of ROW (both sides of the roadway). a. Prior to mowing, Contractor shall remove palm fronds, horticultural and non-horticultural debris, leaves, rocks, paper, tree branches and limbs, and various types trash from the turf areas, plant beds, and hardscapes. b. Mow in a manner consistent with landscape maintenance industry standards that ensures smooth surface appearance without scalping or leaving uncut grass. c. Use alternate mowing practices, patterns, or equipment within narrow turf areas to prevent wheel ruts or worn areas in the turf. d. All ROW mowing is from the back of curb or sidewalk to the right-of-way line (in most cases the wooden or concrete power poles). e. Mow at the highest recommended height for species in the table below recommended by the University of Florida’s Institute of Food and Agriculture Sciences (UF/IFAS). Do not remove more than one third (1/3) of the leaf blade at each mowing. 16.A.28.d Packet Pg. 1067 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 5 Species Mowing Height (inches) Grass Height Not to Exceed (inches) Bahiagrass 3.0 – 4.0 4.5 – 6.0 St. Augustine 3.5 – 4.0 5.5 – 6.0 f. On the same day that Contractor mows, remove grass clippings and debris from hardscapes such as, but not limited to: sidewalks, streets, driveways, curbs and gutters.  Remove grass clippings and debris in the vicinity of a storm water inlet or catch basin.  Do not allow grass clippings or debris to enter into any inlet, catch basin, or body of water.  Deposit grass clippings into existing turf areas. g. Mow turfgrass with a mulching type mower eliminating the need to bag and transport grass clippings. Leaf clippings in the turf area will add nutrients and organic matter back into the lawn. Should bagging be necessary, the bagged clippings shall be collected and removed at no additional cost to the County. h. Swale mowing is throughout the entire year. During rainy season conditions, these areas must be addressed at every service. Water in swales with vegetation and weeds protruding above the water, reduce the height to 12” above the water line or as directed by the Division. Mowed vegetation should be directed away from the water and not allowed to remain piled up around the pond. i. Dry retention mowing is throughout the year, the height of grass must not exceed eighteen inches (18”). Areas holding water restrict mowing to ten feet (10’) buffer from the water’s edge. Mowed vegetation should be directed away from the water and not allowed to remain piled up around the pond. j. Wet retention areas (ponds) mowing of vegetation within ten feet (10’) from the water’s edge at the time of mowing must be greater than 6 inches in height. Mowed vegetation should be directed away from the water and not allowed to remain piled up around the pond. k. Turf areas that are water soaked requires a hand walk behind mower, twenty-one inch (21” +/-) diameter, to prevent wheel ruts in the turf which is caused by heavier, self-propelled, riding mowers. Damage to the turf caused by the Contractor’s equipment shall be repaired immediately following the service at no additional cost to the County. l. Turfgrass showing visible signs of heat stress, disease, and irrigation malfunctions must be reported the Division immediately. 1.1.2 Edging Mechanical turf edging shall be done with each mowing service or as directed by the Division. No herbicides are authorized for edging. a. Metal blade edging is not permitted along plant bed and turf edges where an underground irrigation system is present. b. Mechanical metal blade edging is permitted along back of curbs. c. Grass root runners extending into the mulched, concrete, asphalt, and brick paved areas shall be cut and removed with the edging service. d. Edging is required in all turf areas such as, but not limited to: sprinkler heads, valve boxes, timer pedestals, posts, utility service boxes, shrubs, sign posts, manholes, guardrails, along sidewalk edges, back of concrete curbs, around plant beds, street light bases, headwalls, and trees. e. Edging debris on streets, sidewalks, or other areas shall be removed the same day as the service, including but not limited to: sidewalks, curbing, gutters including a four foot (4’) area from the face of the curb and sidewalk. No clippings or other debris shall be blown into or deposited onto adjacent property or accumulated in ROW areas. f. Edging with herbicides is not authorized, and if Contractor used them, they will be responsible to bring the site back to full restoration at their expense. 16.A.28.d Packet Pg. 1068 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 6 1.1.3 Weeding Weeding of all areas within the medians and side of ROW to include, but not limited to: plant beds, sidewalks (asphalt, concrete or paver), guardrail bases, tree grates, curb joints, and mulched areas are performed weekly or as necessary, to provide a weed free and a visually well maintained area. Service requires contractor to remove all weeds manually by hand or chemical treatment. If chemicals are used they shall be Round Up or an approved equivalent with blue tracker. Contractor must remove all weeds using the appropriate method. If weeding is incomplete invoice will be rejected for this line item, and deductions for non-performance may apply. 1.1.4 General Site Trimming Contractor shall disinfect pruning tools prior to performing services to prevent disease transmission. Pruning is on a weekly basis, “as needed,” or at the Division’s discretion for plant foliage below ten feet (10’). Notify Division Landscape Supervisor via email within twenty-four (24) hours of any dying trees, shrubs, and plant materials. a. Regular service includes trimming plant foliage for heights below ten feet (10’); including but not limited to: groundcovers, shrubs, canopy trees (except Magnolias) and palms. Also, removal of water sprouts, suckers, dead or diseased foliage, and branches. b. Groundcovers must be maintained eighteen inches (18”) from the curb. c. Trim plants eighteen inches (18”) from the irrigation heads to maintain uniform irrigation distribution patterns. d. Maintain vehicular sight line visibility at maximum requirements of eighteen through twenty-four inches (18” – 24”) measured within the travel lane; trim them in relation to the plant material shape or form. e. Corrective pruning services performed to keep the natural shape and characteristics of the species. f. Prune groundcovers and shrubs to eighteen inches (18”) in height by October 1st each year prior to cooler temperatures, to ensure blooming plants are at the proper elevation during the heavy traffic season. g. Groundcovers and shrubs maintain to a thirty-six inch (36”) maximum height or as designated by the Division. h. Prune selectively to improve the plant structure health and to enhance fruiting, flowering, or appearance. i. Shrub pruning should be done consistently throughout each median for all shrub types, so the landscape appearance has continuity throughout that median. j. Shrubs within the turn lanes maintain to twenty-four (24”) measured from the travel lane. k. Bougainvilleas and Green Island Ficus maintain to twenty-four inches (24”) throughout the year. l. Asian Jasmine and Perennial Peanut are to be top sheered with side edging/sheering. m. Prune ornamental grasses once a year, only after the blooming season, at the plant base to remove old growth. Do not cut grasses in a flat top method. Varieties include, but are not limited to: Fountain, Muhly, Florida Gama, and Fakahatchee. n. Do not prune Liriope muscari without Division approval and guidance. o. Remove old leaves and dead flowering growth on the Blueberry Flax, Agapanthus, Bird of Paradise, Iris, and other similar varieties. p. Tree canopies over pathways or sidewalks, maintain at a minimum height of ten feet (10’). q. Shrubs and groundcovers adjacent to pathways or sidewalks prune to maintain a one foot (1’) clearance from the edge of the pathway. It is recommended that adjacent shrubs and groundcovers are maintained at an angle or rounded away from the pathway. r. Groundcovers require minimal pruning. Groundcovers are not allowed to grow over curbs or onto paved areas. s. Landscaping requires an esthetically clean appearance, so remove pruning and trimming debris immediately following the service. 16.A.28.d Packet Pg. 1069 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 7 1.1.5 Street Cleaning Sidewalks, curbs, and gutters, including a four feet (4’) area from the face of gutters, curbs, turn lanes, medians, and sidewalks must be cleaned immediately following each service to prevent accumulation of debris, and to keep areas neatly maintained with safe conditions. a. No debris shall be blown or deposited on adjacent property, accumulated on right-of-way areas, or blown into roadways or travel lanes. b. Payment for this item is dependent upon no clippings on sidewalks, curbs, gutters, or roadways. Where plant material and mulch exists there should be no debris on the curbs, sidewalks, or gutters. 1.1.6 Trash Removal At each service, site areas require removal of trash or debris including, but not be limited to: paper, bottles, cans, trash, horticultural and non-horticultural debris, leaves, rocks, tree branches and limbs, and various types other trash from the turf areas, plant beds, and hardscapes. a. Trash and debris disposal must be at a landfill or disposal site. Disposal fees, tipping, or charges are to be included in the bid schedule unit price. b. In order to receive payment, trash must be removed from the medians, within planting beds, sidewalks, and side ROW areas. 1.1.7 Irrigation System Maintenance & Repair Contractor is authorized to subcontract irrigation services; however, the right to subcontract does not relieve Contractor from responsibility or liability assumed under contract. Contractor shall remain liable for work performance by subcontractor, and ensures subcontractor completes the work and meets timelines requested by Division Representative per contract documents. Satisfactory performance is a requirement of contract by contractor/subcontractor; unsatisfactory work may cause deductions for non-performance. Work consists of weekly irrigation systems visual inspections to determine if systems are functioning normally, but may change at the Division’s discretion. Work areas must be completed before moving to the next roadway area. Any minor repairs discovered during the weekly services must be repaired immediately. Minor repairs consists of, but not limited to, cuts, lateral/funny leaking pipes, replacing irrigation heads, clogged heads, damaged pipes, and flooded areas. Any damaged caused by the Contractor’s or subcontractor’s personnel while performing services shall be repaired immediately at no cost to the County. 1.1.7.1. Valves Valves can be operated manually at the valve box, and/or the surge board toggle, or at the controller. The operation switch must be returned to the “automatic” position following service. Failure to do so may create hazardous road conditions because of uncontrolled irrigation water running outside of the programmed schedule area. At Division’s discretion, they may change the operating procedure so valves turn on virtually using a laptop or Smart device. 1.1.7.1.1. Automatic Control Valve assemblies and Quick Coupling Valves service requirements: a. Open zone control valve assemblies’ boxes and inspect valves for leaks and proper settings. b. Clean valve boxes ensuring they are clean and free of debris, leaves, and mulch. c. Quick coupling boxes shall be checked ensuring they are free of debris and foreign objects. d. Keep grass and mulch out of valve boxes. e. Valve boxes in sod areas to be kept at sod level. f. Valve boxes in plant beds to be kept two inches (2”) above finished mulch level, and any encroaching vegetation shall be trimmed to ensure valve boxes are accessible. Upon approval, County will supply the valve boxes to reach the specified height. 16.A.28.d Packet Pg. 1070 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 8 1.1.7.2. Minor Repairs Field repairs not completed in the same day must continue the next day. Each day repairs are incomplete; contractor/subcontractor must notify Division Representative and provide them with the work status. Division shall supply irrigation parts requested by contractor/subcontractor, and if parts are unavailable at the Division’s warehouse, they shall notify Division Representative so they can record those parts and work areas affected. Division Representative may authorize contractor /subcontractor to move to the next roadway. Contractor/subcontractor is responsible to return damaged and replacement parts to Division’s warehouse located at 4800 Davis Blvd, Naples, FL; Monday – Friday, from 8:00 a.m. – 3:30 p.m. Failure to return parts as required for Division warehouse accountability, may cause contractor/subcontractor to pay parts costs. 1.1.7.2.1. Minor repairs include, but not limited to: replacement of heads, decoders, nozzles, solenoids, installation or replacement of risers, repairs of lateral PVC pipe or funny pipe breaks, and clear any restricted sprinkler lines. a. Clear obstructions from or around irrigation heads that prohibit them from being able to rise to their full extent (i.e. sod runners, plant material, grass). b. Review system and repair any blown-off heads, broken lines, or leaks around heads or valves. c. Clean and adjust sprinkler heads and nozzles to ensure that landscaped areas receive one hundred percent (100%) irrigation coverage and heads are not spraying onto roadways or walkways. If the irrigation heads are obstructed by the planting beds, it is the responsibility of the contractor to trim the plant material back to ensure that an 18” separation is always maintained. d. If a longer nozzle is required contractor shall change nozzle using County supply parts. e. Replace defective and/or broken heads or nozzles, install or replace defective and/or broken risers and repair minor breaks or restricted sprinkler lines. f. Inspect, clean, and replace, if necessary, screen/filters within the sprinkler heads. g. Minor repairs include replacement of heads, bubblers, nozzles, decoders, and solenoids; installation or replacement of risers; repair of minor/lateral PVC piping breaks or subsurface piping or restricted sprinkler lines, replacement of damaged valve boxes/lids, necessary for proper and safe operation of the systems. h. Flag problems and provide written record to the Road Maintenance Irrigation Supervisor. Unit price includes flags, primer, and glue. 1.1.7.3. Contractor/Subcontractor Responsibility Contractor/subcontractor has the sole responsibility to notify Division Representative of irrigation problems or additional irrigation maintenance needs they discover during weekly checks. It’s their responsibility to ensure that the plant material is flourishing and does not suffer from insufficient irrigation. They must correct any minor irrigation issues. When a major issue is discovered, they must bring it to the Division Representative’s attention immediately. Contractor/subcontractor may suffer damages for failure to notify Division. 1.1.7.4. Irrigation Crew Size and Communication Device Contractor/subcontractor irrigation service crew shall consist of two (2) on-site personnel. Crew shall have field communication devices while performing services, so Division Representatives may contact them in the field. Additionally, a laptop or Smart device will be required for virtual connection to the irrigation system. 1.1.7.5. Irrigation Crew Scheduled Work Segment work shall be completed in one (1) visit; if necessary, a consecutive day visit may follow. The purpose is to have the entire segments under contract completed at the same time. 16.A.28.d Packet Pg. 1071 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 9 1.1.7.6. Irrigation General Maintenance Report Sheets (GMRS) Contractor/subcontractor must complete one (1) GMRS sheet per controller. It must be completed in its entirety identifying the controller that was inspected; GMRS must be emailed to Division Landscape and Irrigation Supervisors no later than 6:30 a.m. the next day to complete final inspections. Contractor /subcontractor must be compliant as written so Division inspections are scheduled confirming work was completed. Failure to comply with these directives may result in invoice rejection for non-payment or non-performance deductions. 1.1.7.7. Contractor's Schedule Email work schedules to Division’s Landscape & Irrigation Supervisors by Monday at 6:30 a.m. Schedules must list crew member names, service dates, times, and locations. Irrigation services are weekly; however, dependent upon various situations that may occur, the schedule may be decreased or increased at the Division’s discretion. a. Work schedules are Monday through Friday, when County offices are open. b. Any work schedule changes require notification via email to Division Supervisors and Inspector. This is a mandatory requirement to be compliant with the contract. 1.2 Section II. Site Specific Maintenance Functions Contractor/subcontractor responsible in furnishing labor, supervision, equipment, tools, materials, and MOT as outlined in this solicitation. Use current techniques and standards approved by University of Florida, Institute of Food and Agriculture Services (UF/IFAS) and the International Society of Arboriculture (ISA) for these services. a. Must have knowledge and experience in hard wood canopy, palm pruning, fertilization, supports systems, and other aspects of tree care with the ability to recognize, diagnose and report tree defects caused by pest, tree and/or root structure, and diseases. b. Must adhere to ANSI accredited Standards A300 policies and standards, current edition, c. Florida Certified Arborist on staff to supervise and direct field personnel to ensure that work is completed per specifications to include, but not limited to, palm and tree maintenance services, tree and palm planting and staking, stump and root grinding. d. ISA Best Management Practices e. Seven main objectives for pruning services are: 1) reduce the risk of failure; 2) provide clearance; 3) reduce shade and wind resistance; 4) maintain health; 5) influence flower and/or fruit production; 6) improve views; and 7) improve aesthetics. 1.2.1. Tree and Palm Maintenance is divided into four (4) categories: 1. Basic Tree Pruning; 2. Structural Tree Pruning; 3. Palm Pruning; 4. Stump and Root Grinding. 1.2.1.1. Category 1. Basic Tree Pruning In accordance with ISA Best Management Practices, this category is divided into four (4) primary pruning methods which include: a. Cleaning, b. Thinning, c. Raising, and d. Reducing. a. Cleaning Cleaning trees is the selective removal of dead, diseased, cracked, stubbed, hanging, and broken branches. This service can be performed on trees of any age, but is most common on middle-aged and mature trees. This is the preferred method for mature trees because it does not remove live branches unnecessarily. The removal location of branches requires review and approval with Division’s Landscape Supervisor. b. Thinning 16.A.28.d Packet Pg. 1072 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 10 Pruning is the selective removal of small live branches to reduce crown density. Proper thinning retains the crown shape and size and should provide an even distribution of foliage throughout the crown. i. Thinning includes removing d ead or broken limbs one inch (1”) in diameter or larger; if two (2) limbs are crowning or touching each other, shorten or remove one of them; originate within twelve inches (12”) of each other on the trunk, shorten or remove one of them. ii. Use directional pruning so future growth is directed away from the roadway, sidewalk, building, street lights, or possible obstruction. iii. Thinning increases the sunlight penetration and air movement throughout the crown and with increased light and air stimulate, it aids in maintaining interior foliage. iv. No excessive branch removal on the lower two-thirds (2/3) of a branch or stem (lion tailing). This may cause adverse affects on the tree and is not an acceptable practice. v. Thinning crown requires approval by Division Landscape Supervisor, and the percentage of foliage must be specified. The removal percentage is between ten – fifteen percent (10%-15%) percent, and should not exceed 25 percent (25%) of the foliage when using pruning to thin methods. c. Raising Pruning to raise, elevate, or lift tree canopy by selective removal of branches to provide vertical clearance. i. Crown raising shortens or removes lower branches of a tree to provide clearance for buildings, signs, vehicles, pedestrians, and vistas. Live crown to clear trunk ratio should be no less than 50 percent when raising is completed. ii. Structural pruning should be considered with raising according to ANSI standards. When raising, the desired clearance should be specified by Division Landscape Supervisor. iii. Branches over paved areas should be shortened or removed to allow approximately ten foot (10’) over sidewalks, sixteen feet (16’) over travel lanes, or clearances specified by Division Landscape Supervisor. iv. Over landscape areas and sidewalks, limbs should be shortened or removed to allow for pedestrian and utility use. v. Trees within planting beds, an eight foot (8’) clearance is required or as directed by the Division Landscape Supervisor. vi. Shortening of branching is the desired method of attaining adequate clearance. vii. When pruning is completed, approximately one-half (1/3) of the foliage should originate from branches on the lower two-thirds (2/3) of each tree. d. Reducing Pruning to reduce is the selective removal of branches and stems to decrease the height and/or spread of a tree or shrub. i. This type of pruning is done to minimize the risk of failure, to reduce height or spread, for utility line clearance, to clear vegetation from buildings, or structures, or to improve the appearance of the plant. Portions of the crown, such as individual limbs, can be reduced to balance the canopy, provide clearance, or reduce the likelihood of breakage on limbs with defects. Occasionally, the entire crown is reduced. ii. Reducing or thinning should be considered if cabling would be performed. Crown reduction should be accomplished with reduction cuts, not heading cuts. 16.A.28.d Packet Pg. 1073 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 11 1.2.1.2. Category 2. Structural Tree Pruning Structural tree pruning is the removal of live branches and stems to influence orientation, spacing, growth rate, strength of attachment, and ultimate size of branches and stems. The removal percentage is between 25 – 50 percent depending on the tree type. Structural pruning includes basic tree pruning techniques listed below. Note: Refer to Best Management Practices “Tree Pruning” (Revised 2008) Companion Publication to ANSI A300 Part I: Tree, Shrub, and Other Woody Plant Maintenance- Standard Practices, Pruning: page 12 Figure 7. “Structural Pruning of a Small Tree” and Figure 8. ”Structural Pruning to be done to ensure more sustainable growth patterns.” a. It is used on young and medium aged trees to help engineer a sustainable trunk and branch arrangement. Pruning large-maturing trees such as oaks reduces certain defects and spaces main branching along one dominant trunk. b. One goal is to reduce the number of trunks so that a tree has a dominant leader extending well up into the crown creating a strong crown and durable form. c. Subordination can reduce branches, so they remain smaller than about half the trunk diameter, which helps prevent structural failure later. The subordinate or co- dominant stems are removed with structural pruning. d. Primary objective in subordination (shortening using a drop-crotch cut) is the removal of one side of a codominant leader. i. Branches, trunks, or leaders not considered the main leader, two inch (2”) diameter or as determined by the Project Manager or designee should be subordinated or removed. ii. The main leader shall not be subordinated or removed. Codominant leaders are considered to be two or more branches, trunks, or leaders of approximately the same size, originating in close proximity to one another. iii. If there is no stem considerably larger than others, then this would be appropriate to subordinate all but one of them. Division Landscape Supervisor approval where there is an included bark as part of the condition, preference should be given to the removal of one side. 1.2.1.3. Category 3. Palm Pruning Remove fronds, flowers, fruit, stems, or loose petioles that may create hazardous conditions. Palms may be pruned for aesthetic reasons to eliminate sprouts and stems or dead fronds and seed pods. a. Live healthy fronds should not be removed. If they must be removed avoid removing those that initiate above horizontal. Fronds removed should be severed close to the petiole base without damaging living trunk tissue. b. Only those fronds with petiole drooping below horizontal 9:00-3:00 position should be removed. Remove seed pods including those originating among remaining fronds. When removing fronds and seedpods, care should be taken so those frond that are to remain are not nicked or wounded. c. Climbing spikes shall not be used to climb palms for pruning. 1.2.1.4. Category 4. Stump and Root Grinding Contractor must have technical knowledge, ability, and experience in grinding of stumps and roots to remove the root system and stump. 16.A.28.d Packet Pg. 1074 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 12 1.2.1.5. Root Management Must possess a thorough knowledge and experience in root management, to include but not limited to air spade, structural pruning, diagnosis, and root management program. 1.2.1.6. Palm Management Contractor shall have knowledge and ability to treat palm diseases through drenches, foliar sprays, injection methods, and provide a fertilization program for palms. 1.2.1.7. Tree Relocation Periodically, the County must relocate palms and trees within Collier County limits. Contractor must have the knowledge and ability to root prune the tree(s) before relocation. In most cases, Maintenance of Traffic (MOT) will be required in order to perform this work safely. Most in depth information will be provided at the time that services are needed. 1.2.2. Fertilization Follow UF/IFAS guidelines for turfgrass fertilization. Contractor/subcontractor must have valid licenses issued by Florida Department of Agriculture and Consumer Services for Limited Urban Commercial Fertilizer Applicator Certification (FDACS LUFAC). a. Provide fertilization services four (4) times a year in March, June, September, and December. Only twice (2) a year if using six (6) month application rate. b. Contractor shall ensure that fertilization scheduling does not exceed the fertilizer label rate prescribed and complies with state and local ordinances. It is important to note that local fertilizer regulations may prohibit the use of nitrogen fertilizers during the summer months. c. Division Representative may request additional fertilizer applications at any time. d. Applied at a rate of 1.5 lbs. per 100 square feet. e. Broadcasted throughout the median planting beds and turf areas. f. All tree pit areas should be fertilized evenly. g. No fertilizer ring around trees under any circumstances. If a ring is formed, contractor/subcontractor is required to return to the site and spread the fertilizer correcting the situation at their expense. This may include contractor/subcontractor purchasing additional fertilizer because applied fertilizer may not be able to spread. h. Fertilizer is purchased by Collier County under an Annual Contract and coordinated with the Contractor for delivery purposes. i. Immediately remove fertilizers from curbs and sidewalk areas to avoid staining. 1.2.2.1. Fertilization Applications Contractor/subcontractor shall use deflector shields on all application equipment to minimize inadvertent application of fertilizer on non-plant areas. Contractor shall blow, sweep, or wash back into the landscape any fertilizer deposited on paved or impervious surfaces. a. Use “Ring of Responsibility” around or along the shoreline of canals, lakes, or waterways. b. Ensure fertilizers and other lawn chemicals do not come into direct contact with the water. c. Apply fertilizer only when plants are actively growing. d. Clean up spilled fertilizer materials immediately as per University of Florida IFAS recommendations. e. Store nitrate-based fertilizers separately from solvents, fuels, and pesticides, because nitrate fertilizers are oxidants and can accelerate a fire. f. After fertilizing (other than when watering restrictions apply), irrigate with at least a quarter inch (1/4”) of water following fertilization to avoid the loss of nitrogen and 16.A.28.d Packet Pg. 1075 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 13 increase uptake efficiency. If water restrictions apply, contractor may irrigate as permitted but no more than one half inch (1/2”) following fertilization. g. Do not exceed the annual nitrogen recommendations in the Fertilizer Guidelines for Established Turfgrass Lawns in Three Regions of Florida as provided on the label. 1.2.2.2. Bed, Tree, Shrub, Palm, Flower, Groundcover Fertilization If landscape plants show nutrient deficient symptoms, the Division Landscape Supervisor shall be notified within forty-eight (48) hours for appropriate action and approval to treat the materials to maintain plant health. a. Broadcast fertilizer uniformly over all the landscaped areas, and consider root location, fertilization objectives, and plant species when applying fertilizer. b. In areas where tree or shrub fertilization zones overlap with lawn fertilization zones contractor shall fertilize one or the other of the plant types, but not both. 1.2.2.3. Palm Fertilization Palms have different nutritional requirements from other landscape plants. They suffer quickly and conspicuously from inadequate mineral nutrition, whether due to insufficient or incorrect fertilization. Division’s Landscape Supervisor will provide the fertilization schedule. Note: Fertilize palms with a granular slow-release fertilizer three to four times per year. An acceptable formulation is 8-0-12-4 (N, P, K, Mg plus micro-elements). 1.2.2.4. Turf Fertilization Notify Division Landscape Supervisor of any plant or turfgrass nutrient deficiency symptoms and provide the recommended measures for correction. a. Treat deficiencies of specific nutrients with applications of the lacking nutrient in accordance with University of Florida IFAS recommendations until deficiencies are corrected, or as directed from Division Landscape Supervisor. Must have prior approval. b. The number of applications of fertilizer depends on the type of plant material. Apply the minimal amount of fertilizer needed, or as directed from Division Landscape Supervisor. c. Adjust fertilizer rates according to health, maturity, and desired growth patterns. 1.2.2.5. Fertilization for Establishment During the establishment phase for shrubs, trees, and ground covers, fertilize landscape plants with a slow-release fertilizer as per University of Florida IFAS recommendations. 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. 1.2.3. Pest Control It is required that the contractor/subcontractor performing services have the following licenses and certifications: State of Florida Pesticide License, State of Florida Certified Pest Control Operator, and Collier County Pest Control License. Pest Control Firm shall make on-site inspections and provide written reports to the Division Landscape Supervisor monthly. 16.A.28.d Packet Pg. 1076 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 14 1.2.3.1. Contractor shall provide an overall written pest and spray program that shall incorporate ant 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. Provide MSDS Sheets for chemicals upon request. d. Provide signage where applicable. 1.2.3.2. Contractor shall make on-site inspections and provide written reports to Division’s Landscape Supervisor. 1.2.3.3. Methods of Application One hundred percent (100%) coverage and penetration shall be provided. Insecticides and Fungicides shall be applied at the proper pressure to provide maximum coverage. a. Insecticides should be alternated from time to time to prevent an insect resistance to the application. 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 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. h. All spray applications shall contain a wetting agent within the mix when recommended by the label or the Division Landscape Supervisor. 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 the Division Landscape Supervisor. 1.2.3.4. Rate of Application All chemicals shall be applied at the rates recommended on the manufacturer’s labels. 1.2.3.5. Materials List All insecticides, fungicides and herbicides chemicals to be used on turf areas and on plant materials shall be submitted in writing to Division Landscape Supervisor 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. 1.2.3.6. Application Schedule Division’s Landscape Supervisor shall provide approval before applications occur. Contractor /subcontractor that apply chemicals without schedules and prior approval may have invoices rejected by the Division and services not paid. 1.2.3.6.1. Turf Areas: Insecticides & Fungicides - Applications on an as needed basis; Herbicides - Application on an as needed basis, Post-emergent in November, January and March or on an as needed basis with approval. 1.2.3.6.2. Groundcovers, Shrubs and Trees: Insecticides & Fungicides - Applications on an as needed basis with approval 16.A.28.d Packet Pg. 1077 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 15 1.2.3.6.3. Bed Areas: Herbicides – Applications on an as needed basis, Pre-emergent in February and September, Post-emergent in November, January and March or on an as needed basis, prior approval by the Division’s Landscape Supervisor. 1.2.3.6.4. Ornamental & Turf Spraying Overall Ornamental & Turf Spraying of plants, shrubs, and grassed areas within areas included in the contract. a. Applications on 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. b. Applications shall be made to turf the day following irrigation or a rain event when grass blades are dry. In areas where applicable, immediately after the fertilizer is applied, the sprinklers shall be activated to provide 1/4" of water to the soil's surface and to dissolve water-soluble particles. c. In areas where applicable, immediately after the fertilizer is applied, the sprinklers shall be activated for thirty (30) minutes to bring organic fertilizers to the soil's surface and to dissolve water-soluble particles. d. After watering, controls shall be returned to automatic mode. e. Remove fertilizers from curbs and sidewalks to avoid staining. 1.2.4. Pests Management Contractor shall use pesticide applications in accordance with the rules and regulations governing use of pesticides in Florida, and follow all provisions of Florida Statutes. Contractor Responsibilities a. Use Integrated Pest Management (I.P.M.) principles and methods. b. Use a pest-control strategy only when the pest is causing damage or is expected to cause additional damage than can be reasonably and economically tolerated. c. Implement a control strategy that reduces the pest numbers to an acceptable level while minimizing harm to non-targeted organisms. d. Post appropriate application signs with each treatment. e. Keep records of pest problems identified and control treatment applied. f. Record in the records whether the “corrective actions” actually reduced or prevented pest populations, were economical, and minimized risks. g. Provide a copy of the records to Division. h. Refer to past corrective actions when making similar decisions in the future. i. Dispose of used containers in compliance with label directions to prevent water contamination. j. Follow current University of Florida IFAS pest management recommendations as per IFASPublication ENY- ENY-298, Landscape Integrated Pest Management, at http://edis.ifas.ufl.edu/in109. 1.2.4.1. Pest and Spray Program 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. d. List application methods. 16.A.28.d Packet Pg. 1078 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 16 1.2.4.2. Documentation 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, chemical applied and name of applicator. This shall be included with the monthly invoice for payment. Note: Failure to submit pesticide documentation may deem invoice rejection and non-payment for applications. 1.2.4.3. Turf Areas Insecticides & Fungicides - Applications on an as needed basis, with prior approval by the Division Landscape Supervisor. Once approved and sprayed, contractor/subcontractor must submit documentation that states: 1. Date and time of application, 2. Weather conditions at time of application, 3. Chemical applied, quantity, 4. Applicator name. a. Herbicides – Applications on an as needed basis with prior approval by the Division Landscape Supervisor, to include: 1. Pre-emergent are to be applied in February and September 2. Post-emergent are to be applied in November, January, and March. b. Insecticides & Fungicides - Applications on an as needed basis, with pre-approval by the Division’s Landscape Supervisor. 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. 1.2.5. Weed management Contractor shall use IPM methods to reduce weeds in turf area. If significant and continuing weed problems occur, Contractor shall notify Division Landscape Supervisor and request authorization for use of a pre- emergence herbicide. After Division Landscape Supervisor authorizes use of the herbicide, contractor shall apply the herbicide per label instructions and in accordance with local and state ordinances. a. Optimal insect pest control is most likely achieved in landscapes following IFAS recommended cultural practices to promote healthy plants and conserve natural biological control organisms. b. Contractor shall use IPM practices to manage insects in the landscape, which include: 1. Proper insect identification 2. Active monitoring for insect activity and abundance 3. Utilizing mechanical and cultural practices first, when available 4. Preserving natural, biological control organisms 5. Spot-treating insect pest-infested areas when possible, rather than cover spraying the landscape c. When possible, contractor shall use selective, reduced-risk insecticides rather than broad-spectrum, non-selective products. This conserves natural predators and parasitoids in the landscape that are attacking other plant pests. d. Contractor shall treat fire-ant mounds individually as they occur with bait formulas. Place fresh bait surrounding the mound without disturbing the mound itself e. Contractor must broadcast baiting in the beginning of spring and broadcast treatment in recreation and common areas only as needed. f. As needed, the contractor shall treat sap-feeding pests like southern chinch bug, mealybugs, and scale insects using systemic or translaminar products that get into plant material to be ingested by the insect. g. Contractor shall utilize up-to-date UF/IFAS management recommendations for specific landscape insect pests. 16.A.28.d Packet Pg. 1079 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 17 1.2.6. Plant Disease Correct cultural practices are the key to control of plant diseases, especially proper irrigation. Root rots and foliar leaf spots in turfgrass and plant beds often occur when excessive moisture is present for extended periods. Contractor/subcontractor shall notify Division Landscape Supervisor of any outbreaks that occur and may recommend reducing the frequency of irrigation. If disease is significant and persistent, contractor /subcontractor may apply a fungicide that is approved by Division Landscape Supervisor. 1.2.7. Crew Size and Man Hours Contractor shall provide with each site visit a minimum of at least a two (2) personnel work crew. 1.2.8. Growth Regulator Trimtect® or Equivalent to be used for Shrubs, Groundcovers, and Bedding Plants. Follow manufacturer’s recommendations for application and amount of water needed. 1.2.8.1. Application Timing: a. Natural Appearance: Apply when shrubs reaches desired appearance. Slow growth will start 2 weeks later. b. Manicured Look: Prune back shrub, allow re-growth then tip back. Apply Growth Regulator. c. Sheared Look: Dormant Shrub Trimming: Apply Growth Regulator just after bud break and leaf expansion. Growing Season Shearing: Shear shrub to formal look. Apply Growth Regulator within one week after trimming. 1.2.8.2. Foliar Application: a. Apply to dry foliage, just after bud break and leaf expansion during the growing season. b. Before applying Growth Regulator, remove any dead leaves, trash, and any other debris that could prohibit spray. c. Apply within 1-2 weeks after pruning for best results. d. Apply as a spray-to-drip application, ensuring the foliage, canopy, and all woody stems are thoroughly covered. e. Completely spray the entire plant. f. Avoid application if rain is imminent. g. Spray to drip on leaves, green twigs and shoots. 1.2.9. Chemical Records Documentation Records of all applications shall be kept according to state or federal regulations. According to the Department of Environmental Protection, the Records may include, but are not limited to, the following information: a. Application date and time b. Applicator’s name c. Personnel that is directing or authorizing the application d. Application weather conditions at the time of application e. Target pest f. Chemical used (trade name, active ingredient, amount of formulation, amount of water) g. Adjuvant/surfactant and amount applied, if used h. Area treated (acres or square feet) and location i. Quantity of pesticide used j. Application equipment k. Any Additional remarks, such as the severity of the infestation or life stage of the pest l. Follow-up date to check the effectiveness of the application. 16.A.28.d Packet Pg. 1080 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 18 1.2.10. Pressure Cleaning Division Landscape Supervisor shall request services for pressure cleaning hardscapes such as bricks, curbing, pavers, sidewalks, and paved areas to remove tire marks and other deposited dirt. No work shall start unless requested by Division. Any hardscapes damage discovered by contractor while providing services, they shall immediately notify Division’s Landscape Supervisor. Unit price is lump sum inclusive of all costs to complete the work. a. Sealing of paving areas may be at the direction of the Division’s Supervisor on a time and material basis. b. Pressure cleaning equipment must have adequate power to remove pavement markings without destabilizing the pavers. Contractor may be required to re-sand paver joints, if destabilized. c. Upon finding damage to the brick curbing or paving, immediate notification to the Division’s Supervisor is required. Following the notification, and with approval from the Division’s Supervisor, the contractor shall clean-up debris if present, and/or flag off the areas with protective barriers and/or high visibility hazard tape. An hourly labor rate shall apply all inclusive of equipment, materials, and disposal fees. d. It is at the Division Landscape Supervisor’s discretion to utilize the contractor, use in-house labor, or quote work for the removal, replacement, and/or repairing of brick curbing and pavers. 1.3. Section III. Additional Services 1.3.1. Plant Materials & Services Plant materials replacements and services unit price shall include: a. Provide Florida Grades and Standards #1 plant material, deliver, and labor to install. b. Installation of 2 bubblers for trees and palms c. Staking, if needed, includes labor and staking materials d. County specialty mulch and labor to install two inches (2”) in replacement area(s). e. Hand watering or water truck when irrigation is non-functional or if it does not exist. f. Hand watering at planting for stabilization g. A written watering schedule recommendation of installed materials through establishment that includes the irrigation controller and zone number. h. Modify existing irrigation for materials installed, and adjust for 100% water coverage. i. Existing plant material and debris removal, hauling, disposal, and disposal fees. j. Provide one (1) year warranty on materials. k. Maintenance of Traffic (MOT) and mobilization. 1.3.2. Landscape Personnel Labor Hours Line items shall be used for miscellaneous landscape maintenance work as directed by the Division’s Landscape Supervisor. 1.3.3. Irrigation Personnel Labor Hours & Irrigation Equipment Line items shall be used for major repairs as outline below or other irrigation work as directed by the Division’s Irrigation Supervisor. a. Major irrigation repairs may include, but not limited to: Valve cleaning and repairs, controllers, electrical wiring, and main lines. b. Major repairs are more extensive work and they are not included in weekly irrigation services. c. Major repairs line items include Irrigation Supervisor hourly rate, Irrigation Technician hourly rate, and Irrigation Equipment usage rate. d. Irrigation Equipment hourly usage rate shall only be invoiced when the equipment is being used during the course of work. 16.A.28.d Packet Pg. 1081 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 19 1.3.4. Mulch Division may requests contractor supplied mulch with labor to install or labor only to install County supplied mulch. Division reserves the right to utilize other contracts for these services. Forestry Resources is the supplier for this organic Premium Grade A mulch, that is color enhanced, and named “Collier County Brown or Old Florida Blend Mulch” (Formula: 40 Rojo, 7 lb, 100% Pine). An approved equal may be bid that meets or exceeds the specifications; a sample must be submitted for color verification and consistency along with specification documentation. a. 100% Pine from commercial logging or harvesting derived of recycled materials such as land clearing. It must contain only natural wood fibers, contaminate free, and cured in order to eliminate seed germination of invasive plants or weeds. b. Shredded to a size no larger than three and one-half inches (3-1/2”), and not too thin that it degrades rapidly. c. Use organic mulch in areas where there is no mulch or new planting requires four inches (4”) of non-compacted or unsettled depth that is measured from the existing soil grade. Before mulch placement, remove all weeds and rake level to establish the correct finished grade. d. Non-organic mulch such as, but not limited to, washed shell or gravel place in landscape areas so there is a three inch (3”) non-compacted depth. Re-mulch or top dress non-organic mulch areas to ensure a three inch (3”) depth is maintained. e. Re-mulching of plant beds and individual plant mulch rings applications shall have a two inch (2”) non-compacted mulch layer applied once a year during the months of March or April and November or December. f. Leave two inches (2”) of space between mulch and the trunks of plants. g. Leave twelve inches (12”) to eighteen inches (18”) of space from tree trunks. h. Apply new mulch in a level profile consistent with pre-existing grades, so that the final depth of both existing and new layers will be a minimum of two inches (2”) but will not exceed 3 inches (3”). i. Do not apply new mulch material against trunks or plant stems; taper down to the soil at those locations. j. Locations where the existing mulch bed is in contact with paved surfaces (i.e., sidewalks, roadway edges, or curbing and driveways), contractor shall lightly trench the mulch-hard surface bed line to better contain the existing and applied mulch. k. Rake or sweep mulch off paved areas and turfgrass into beds each day as the mulch application progresses, and break up existing mulch that is matted. l. Rake smooth mounded areas so that depth does not exceed three inches (3”). m. Do not pile mulch against any plant branches or trunks. n. Maintain mulch areas one foot (1’) from edge of curbs. o. Maintain median planting beds, as a pathway for maintenance workers. This will aid in keeping plant material from encroaching into roadways. p. Do not place mulch on or over valves, valve boxes, or around trunks of shrubs, trees or palms. q. Improperly installed mulch must be corrected immediately after Division notification, at no additional charge to the County. r. Mulching services to be completed by the Division’s established timelines. 1.3.5 Tree and Palm Maintenance Services Work may require re-planting, re-standing, and staking for fallen or leaning plant material, trees, and palms. Unit price includes materials to complete the work, equipment, machinery, cranes, fuel, labor, equipment operators, Maintenance of Traffic (MOT) and its equipment (i.e. arrow board, cones, etc..), water wagon or truck, and white spray paint to mark and identify irrigation lines that are visibly broken. If County's irrigation system is not functioning while performing services, the contractor/subcontractor is responsible to water the trees or palms that are being replanted and staked 16.A.28.d Packet Pg. 1082 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 20 to eliminate air pockets and to allow the soil to settle. Contractor shall provide the watering equipment and the services. 1.3.5.1. Reconstructive/ Restoration or Reduction Pruning Refer to IFAS Storm Publication, by Dr. Ed Gilman; American National Standards Institute. 2001. American National Standard for tree care operations—Tree, Shrub, and Other Woody Plant Maintenance—Standards practices (Pruning).ANSI A300 (part 1). New York: American National Standards Institute. a. Restoration Pruning is a pruning method that can be applied to trees that have the ability to develop and regrow into viable productive trees. This may include root pruning. b. Reduction Pruning decreases height and/or spread on an entire tree, or one section only, using reduction cuts 1.3.5.2. Hazard Pruning Refer to IFAS Storm Publication, by Dr. Ed Gilman; American National Standards Institute. 2001. American National Standard for tree care operations—Tree, Shrub, and Other Woody Plant Maintenance—Standards practices (Pruning).ANSI A300 (part 1). New York: American National Standards Institute. a. Hazard pruning is eliminating the hazard limbs such as a broken limb. There is no other pruning other than removal of the hazard. 1.3.5.3. Root Pruning, Replanting, and Staking of Palms and Trees Refer to IFAS Storm Publication, by Dr. Ed Gilman; American National Standards Institute. 2001. American National Standard for tree care operations—Tree, Shrub, and Other Woody Plant Maintenance—Standards practices (Pruning).ANSI A300 (part 1). New York: American National Standards Institute. a. Includes root pruning to cut, remove circling roots, and or defective roots. b. Root Pruning removes root defects near the trunk base, then replanting or standing the plant material, and staking as appropriate with 2x4, 4x4, or lodge poles. 1.3.5.4. Removal (Trees & Palms) Removing trees and palms that no longer have viable life, that pose risks to a public right-of way, damaged trees that cannot be pruned or developed into a safe viable crown with restoration pruning, and crown reduction may cause property damage or personal injury in the near future. All inclusive costs include labor, equipment, machinery, rootball and stump removal, soil replacement, loading and hauling debris to disposal site, and disposal fees. 1.3.5.6. Stump Tip Over’s Tree and palm stump tip over work consists of removing rootballs and stumps that were damaged from accidents, weather events, disease, or damage. Cost inclusive of labor, equipment, machinery, removal of rootball and stump, loading and hauling debris to disposal site, and disposal fees. 1.3.5.7. Soil Replacements Cost inclusive of providing soil, equipment, materials, and labor to deliver and install. 1.3.5.8. Debris Removal Cost includes labor, equipment, materials, debris loading and hauling to disposal site, and disposal fees. 16.A.28.d Packet Pg. 1083 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 21 1.3.6. Equipment & Labor Contractor’s hourly unit price shall be all inclusive of equipment, equipment operator, fuel, labor, supplies, and portal to portal. The equipment hourly usage rate shall only be invoiced when the equipment is being used during the course of work. 1.3.7. Traffic Accident Cleanup Work consists of hourly labor for removal of damaged plant materials and accident debris, equipment to cleanup site from traffic accident, hauling disposed debris and materials to a disposal site, blowing mulch from roadway and hardscapes surfaces, re-installing non-damaged plant materials that have a viable life, and arranging the other disturbed materials to the correct landscape design. 1.3.8. Pavers Replacements An hourly labor rate for removing damaged pavers and installing new pavers. Cost inclusive of labor, equipment, to remove and dispose of damaged pavers, install new pavers, and haul disposed materials to a disposal site and disposal fees included, and worksite cleanup. County may supply pavers or Contractor/subcontractor will be requested to purchase pavers using Materials Markup Percentage bid line item. Reimbursement for pavers will require invoice with contractors bid percentage markup and receipts of items purchase showing actual costs to verify the cost invoiced to County. Failure to submit backup receipts for non-bid line items, invoices will be rejected. 1.3.9. Materials Markup Percentage Contractor must input a markup percentage for non-bid line items not to exceed fifteen percent (15%). Percentage amount is not factored into the award, however, the bid will not be awarded to contractors if omitted or exceeds the allowable limit. Post award reimbursement of non-bid line items purchases shall require the contractor to submit the receipts showing cost of goods to verify markup cost(s). Failure to provide receipts as backup may result in invoice(s) rejection. 1.4. Section IV. General Information 1.4.1. Work Area Conditions Contractor/subcontractor agrees and accepts awarded work areas are in an “as is” condition. It is their sole responsibility to complete a site visit and inspection of these areas before bid submission. 1.4.2. Crew Size Crew size for routine, basic landscape maintenance services is a minimum six (6) employees. Work shall be completed within one (1) visit, so the entire segment in completed at the same time. Additional days may be authorized by the Division’s Landscape Supervisor. The purpose for this statement is to have the entire segments under this contract completed at the same time. Note: Crew sizes for other services such as irrigation and pest control are listed in the bid specifications. 1.4.3. Contractor’s Employees Employees shall be fully trained, licensed and certified, insured, effectively communicate with County staff, and capable of safely operating equipment and vehicles. 1.4.4. Safety Data Sheets (SDSs) formerly known as Material Safety Data Sheets (MSDSs)) 16.A.28.d Packet Pg. 1084 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 22 Division may request contractor/subcontractor to supply chemicals, so they will need to furnish the Division with SDSs for all herbicides or chemicals that will be used to the Division Landscape Supervisor. This is a requirement of the Hazard Communication Standard (HCS) for chemical manufacturers, distributors, or importers to provide communication of hazardous chemical products documentation for all products and chemicals utilized in the performance of the contract. 1.4.5. Safety Contractor shall use caution while working in County Right-of-Ways and roadways. Contractor/subcontractor shall use extra caution when spraying chemicals to avoid harm to others and avoid damage to non-targeted plant materials. Chemicals spills shall be reported by contractor/subcontractor employees to the Division and Florida Department of Environmental Protection (FEDP), if required. Any damages that require repairs or replacement shall be the contractor/subcontractor responsibility, and no cost to the County. 1.4.6. Maintenance of Traffic (MOT) MOT Intermediate Level Certification will be required for services in the ROW and medians. Contractor/subcontractor shall have MOT devices for adequate traffic control, and depending on the roadway, it may include: signage, arrow boards, message boards, warning devices, barriers and flagmen. a. MOT is required for the safety and protection of Contractor’s employees and motorists during the performance of services in the ROW and medians. b. Contractor’s sole responsibility for safety in the work zone. c. MOT shall conform to the latest edition of the FDOT, Design Standards, 600 series and The Manual on Uniform Traffic Control Devices (MUTCD) d. Contractor or sub-contractor will be required to have current FDOT approved MOT Intermediate Level Certification for FDOT, Design Standards, 600 series for work in ROW medians and roadways. e. Contractor’s employee responsible for the setup and maintenance of the traffic control plan shall possess FDOT approved certification in their name and they must be readily available within twenty (20) minutes of the initial contact for work zone safety issues. 1.4.7. Lane Closure No lane closures are permitted between the hours of 7:00 AM through 9:00 AM and 3:30 PM through 6:30 PM on weekdays. Lane closures require Maintenance of Traffic (MOT) with the proper placement of lane closed signs, pre-warning signs, arrow boards, traffic cones, and etc. It is mandatory that your company notifies Growth Management Department, Customer Service Specialist or designee, on Wednesday prior to lane closure(s) so it can be announced in Collier County’s public Road Alert Notification. Notification is completed by filling out the ROAD ALERT form and submitting it by e-mail or fax. The form is self-explanatory; please fill out in its entirety. If you e-mail the form please send to all e-mails listed on the form: growthmanagement@colliergov.net , Caroline Blevins at carolineblevins@colliergov.net , Connie Deane conniedeane@colliergov.net , or by fax: 239-252- 2726. If you have any ROAD ALERT questions, please call: 239-252-8192 or 239-252-8365. 1.4.8. Damages Contractor negligence in performance of services causing damages shall be repaired or replaced at the Contractor’s expense within seventy-two (72) hours. Some examples of negligence, but not limited to: Plants, shrubs, trees, grass or foliage dying due to contract performance neglect or damage by the contractor, contractor's employees, or subcontractors; 16.A.28.d Packet Pg. 1085 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 23 failure of contractor to provide ramps or other devices to gain access over the curbs into medians causing curb or turf areas damages will be replaced at the contractor’s expense. 1.4.9. Accident Reporting Contractor shall be responsible each week to contact the County personnel 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 Division Supervisor, at no additional cost. If assistance be requested by law enforcement, emergency personnel or others, the cost shall be included in the bid. 1.4.10. Key Personnel Contractor/subcontractor shall provide the Division with key personnel and an assign a Project Manager, Supervisor and/or Crew Leader. a. Contact information must be provided to Division at the contract kick-off meeting. It must include emails, business and cell phone numbers. b. Contact employees must be English speaking and effectively communicate with Division staff. c. Work issued to the Project Manager and Supervisor/Crew Leader must have their full attention ensuring the schedule progresses daily, work remains constant, and bid specifications are followed. d. For key personnel absence, contractor/subcontractor shall immediately notify Division with substitution personnel providing their names and contact information via email. e. Division reserves the right to remove key personnel from contract that fail to effectively communicate and ensure services are performing per contract specifications. 1.4.11. Meetings Meetings throughout the contract term may be requested by either party and may require mandatory attendance at no additional cost to the County. 1.4.12. Notice to Begin Work (NTBW) A Notice to Begin Work will be issued for work to commence. A commencement and completion date will be included in the notice. No work shall commence without an NTBW or authorization from the Division Supervisor. 1.4.13. Work Delays/Time Extensions Inclement weather, Acts of Force Majeure, or unforeseen circumstances at no fault of the contractor/subcontractor causing work delays that may result in exceeding final completion date timelines assigned by Division. a. Contractor/subcontractor shall immediately notify the Division Supervisor of any work delays, and within twenty-four (24) hours they must follow-up in writing via email with an explanation of the delay to request a time extension. b. Division Supervisor will review the request to determine if the delay is at no fault of the contractor/subcontractor. c. If time extensions are granted, a revised Notice to Begin Work will be issued with the revised final completion date. 1.4.14. Turfgrass Sod Specifications Turfgrasses shall be Number 1 Quality/Premium grade and meet the requirements in the specifications. Sod ordered shall be well-established, well rooted, healthy, nursery or field grown on 90% natural sand. Sod grown in peat bedded soil will not be accepted. 16.A.28.d Packet Pg. 1086 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 24 a. Sod shall be of the specific grass type ordered and in uniform green color with healthy blades. No dead turf, bare spots, or dormant sod. b. Completed areas where sod has been laid are healthy, even in color, level, and viable turf is being established. c. Sod shall be free of diseases, trees or shrubs, stones, thatch, and pests such as insects, nematodes, chinch bugs, spittlebugs, mites, billbugs and white grubs, webworms and other lawn caterpillars. It shall have less than one percent (1%) of invasive weeds. d. Top growth (grass blades or foliage) shall have no more than ten percent (10%) chlorosis, and contain no thatch or dead vegetation layer between each pad. e. Sod must be mowed at a height of two inches (2”), or at the recommended height of the sod grower, prior to harvesting to ensure uniform heights when transplanted. f. There shall be sufficient density so no surface soil is visible when mowed to a height of two inches (2”). g. Individual sod pad size shall be cut to industry standard widths and lengths with a deviation no greater than +/- 5%. Broken or uneven-ended pads will not be accepted. h. Sod pad thickness for the following: St. Augustine and Bahia shall be no less than one inch (1”) in depth and Bermuda shall be no less than one half inch (1/2”) in depth. This requirement allows for rapid rooting to occur after installation due to a thinner soil layer. All other sod variations will be cut according to industry best practices. i. Pad strength for 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. j. Moisture Content for the soil side of the sod should be damp to moist and it must contain enough moisture so that the soil is not excessively dry or wet. Sod will not be accepted if it does not contain the proper amount of moisture and the soil layer has become hardened or loose. 1.4.15. Schedules Contractor/subcontractor shall provide work schedules before starting work issued under this contract. Services for this contract require inspections so schedules are mandated. Failure to provide work schedule(s) may result invoice rejection and services not paid. a. Work schedules must be sent via email to Division’s Landscape & Irrigation Supervisors by Monday at 6:30 a.m. Schedules must list crew member names, service dates, times, and locations. Irrigation services are weekly; however, dependent upon various situations that may occur, the schedule may be decreased or increased at the Division’s discretion. c. Work schedules are Monday through Friday, when County offices are open. d. Any work schedule changes require notification via email to Division Supervisors and Inspector. This is a mandatory requirement for contract compliance. Note: Division reserves the right to change schedules as needed for seasonal, weather, or work conditions, or if it is in the best interest of the County. 1.4.16. General Maintenance Report Sheets (GMRS) GMRS shall be completed on a weekly basis, signed by contractor/subcontractor, and it must be submitted via email to Division’s Landscape or Irrigation Supervisor the next day following completion of services. Additionally, it must be submitted with the invoice on a monthly. 16.A.28.d Packet Pg. 1087 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 25 Contractor’s Supervisor or Project Manager is required to conduct on-site inspections with Division’s Supervisor, weekly or monthly, to verify services are being performed satisfactory per the contract specifications. 1.4.17. Inspections Contractor shall provide work schedules for services in writing to Division Supervisors prior to work commencement, so inspections can be performed on-site during the course of work. a. Any work deficiencies noted during an inspection shall be corrected before final acceptance at the Contractor’s expense; such deficiencies will be corrected within 48 hours after receipt of notification. 1.4.18. Utilities Contractor shall be responsible in exercising caution while in the vicinity of utilities. Before digging, they shall call Sunshine 811 at 811 or 800-432-4770, Monday – Friday from 7:00 a.m. – 5:00 p.m. Sunshine 811 requires two (2) full business days advance notice. Any damage to utilities is the Contractor’s sole responsibility, and at no cost to the County. 1.4.19. Non-Performance Deductions (Deductions may be assessed after one (1) written warning). It is the County’s intent to have all tasks performed satisfactorily and completed in accordance with the specifications and time parameters. Tasks/line items omitted or not performed fully completed to the Division Landscape or Irrigation Supervisor’s satisfaction or at the frequencies listed in work issued requests, may be subject to a deduction being assessed. a. County reserves the right to deduct a portion of any invoice for goods not delivered or services not performed in accordance with the contract requirements including the required timeframe. Non-performance deductions may be assessed for the following: i. Fails to complete the scheduled work within the time parameters as outlined in the Notice to Begin Work. ii. Fails to perform services to bid specifications. iii. Fails to complete work schedule line items per contract specifications b. Contractor/subcontractor failing to meet completion dates, work issued line items, or work requirements within the bid specifications may be liable and they agree to a one hundred dollar ($100.00) deduction from the invoice of each item. c. Contractor/subcontract informs the Division that they are unable to complete services; the County may choose to utilize County labor, quote work per the County’s Purchasing Ordinance, or request services using another County approved contract. d. Contractor/subcontractor may be subject to reimburse costs to the County in order for services to be completed. Cost reimbursement for County staff to perform the work is the actual cost of labor, materials, fuel, and equipment. If County uses another contract, reimbursement costs to the County may be the difference in contract costs for the same work, so additional costs the County may incur may be subject to reimbursement to the County. County shall select the option that has the least costs to complete the services. 1.4.20. Compensation Invoices submission for payment approval must be 100% accurate and complete with details of services performed or commodities purchased. 16.A.28.d Packet Pg. 1088 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 26 a. Payment shall be made for schedule line items or work completed that is approved as satisfactory by Division Supervisors. b. Non-bid line item purchases having a markup percentage must have receipts submitted for costs verification. Invoices will be rejected if they are not accurate and the proper documentation is not submitted. c. At minimum, invoices shall include: Division Name, Contract Number, Purchase Order Number, Work Order Number (if applicable), Details of Services Performed or Commodities Purchased, and if there are Non-Bid Line Items, the contractor’s cost for each item and the bid percentage markup. 16.A.28.d Packet Pg. 1089 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 27 Exhibit A Goodlette-Frank Road (Golden Gate Pkwy to Pine Ridge Road) LOCATION AND DESCRIPTION OF WORK AREA The area of work included in these specifications are located as described below and/or as shown on the plans attached to these specifications to include sidewalks, curbing, guardrails, landscaping, irrigation observation as described in this contract, CAT benches and shelters, being described as follows: Goodlette-Frank Road (Golden Gate Pkwy to Pine Ridge Road) It is the responsibility of the contractor to verify site conditions and quantities. The work areas are awarded in as is conditions. The information provided may have been taken from design or as- built plans when first installed. Changes may have occurred throughout the years. Areas of Work: a) Improved medians 1-13 b) All side right-of-way areas on Goodlette-Frank Road from Golden Gate Pkwy to Pine Ridge Road. c) Solana Road, two medians and side ROW mowing. d) All right-of-way areas indicated in the Spur Road off of Goodlette Road adjacent to Water Quality Freedom Park e) Berm planting area at Goodlette Rd and Pine Ridge Road East ROW MEDIAN # PLANT BEDS SQ FT PAVERS SQ FT 23 3,847 SF 1,872 SF 24 17,934 SF 438 SF 25 9,254 SF 181 SF 26 8,055 SF 186 SF 27 9,073 SF 170 SF 28 9,437 SF 175 SF 29 6,415 SF 197 SF 30 4,831 SF 182 SF 31 12,611 SF 193 SF 32 9,260 SF 211 SF 33 11,484 SF 191 SF 34 0 SF 0 SF 35 5,569 SF 139 SF N.Gate Plantings 13,684 SF 0 SF TOTALS: 121,454 SF 4,135 SF 16.A.28.d Packet Pg. 1090 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 28 Side ROW Mowing Quantity: Median # East Bahia Area West Bahia Area Area Description #23 19,466 SF 22,566 SF GG Pkwy. & part Spur Rd. #24 25,001 SF 53,103 SF 26th Ave. North #25 27,822 SF 63,060 SF Clubhouse Drive #26 23,887 SF 54,062 SF Ridge Street #27 103,611 SF 47,456 SF Ohio Street #28 37,214 SF 94,803 SF Hemingway Place #29 12,838 SF 28,654 SF Hole in the Wall #30 8,583 SF 31,085 SF Kiddie Korral/DeVoe Saab #31 88,825 SF 47,212 SF BurningTree/Moorings Apt. #32 38,786 SF 53,484 SF Granada Blvd. #33 70,364 SF 70,392 SF Pompei Ln Northgate #34 0 SF 0 SF Pompei Lane (w) #35 3,904 SF 35,764 SF Pine Ridge Road Spur Road N- 99,247 SF S- 59,588 SF Spur Rd. Improved Area TOTAL Side Right of Way Mowing (Bahia): 1,061,941 SF or 24.38 Acres TOTAL Side Right of Way Mowing Spur Road (Bahia): 158,835 SF or 3.65 Acres TOTAL Number of Trees (Median): 344 Trees TOTAL Side of the road trees: 319 Trees Median Palms/Trees Plantings Comments 23 West East (10) Alexander (5) Alexander (3) Alexander Crown of thorn (red dwarf) 24 West East (2) Alexander (8) Montgomery (10) Jatropha (2) Tabebuia (2) Crape Myrtle (6) Alexander (0) Juniper Xanadu Crown of thorn (red dwarf) Dwarf firebush 25 West East (9) Alexander (3) Jatropha (2) Tabebuia (3) Foxtail (12) Montgomery (17) Alexander (0) Crown of thorn (red dwarf) Green Island Ficus Juniper Allamanda (Yellow) Dwarf Firebush 26 West East (2) Alexander (12) Montgomery (5) Crape Myrtle (12) Alexander (9) Alexander (4) Foxtail Juniper Green Island Ficus Allamanda (Yellow) Perennial Peanut 27 (7) Alexander (3) Jatropha (6) Tabebuia (5) Crape Myrtle (11) Montgomery Green Island Ficus Muhly Juniper Crown of thorn (red dwarf) Allamanda (yellow) 16.A.28.d Packet Pg. 1091 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 29 West East (15) Alexander (7) Alexander (3) Foxtail 28 West East (9) Alexander (3) Tabebuia (9) Crape Myrtle (16) Montgomery (16) Alexander (9) Foxtail Crown of thorn (red dwarf) Green Island Ficus Muhly Allamanda (yellow) Firebush (dwarf) Perennial Peanut Ohio Drive 29 West East (6) Alexander (6) Jatropha (7) Montgomery (4) Tabebuia (2) Crape Myrtle (12) Alexander (5) Foxtail (3) Alexander Crown of thorn (red dwarf) Green Island Ficus Allamanda (yellow) Juniper 30 West East (3) Jatropha (9) Montgomery (2) Foxtail (4) Alexander (1) Foxtail (2) Foxtail Crown of thorn (red dwarf) Green Island Ficus Allamanda (yellow) Solana Rd 31 West East (11) Alexander (3) Jatropha (4) Montgomery (9) Tabebuia (10) Crape Myrtle (19) Alexander (2) Foxtail (3) Alexander (7) Foxtail Crown of thorn (red dwarf) Green Island Ficus Allamanda (yellow) 32 West East (6) Alexander (6) Jatropha (3) Montgomery (3) Tabebuia (22) Sabal (15) Alexander (9) Ligustrum Green Island Ficus Dwarf Firebush Juniper Variegated Abricola 33 West East (5) Alexander (7) Montgomery (5) Tabebuia (5) Sabal (10) Ribbon (13) Alexander (6) Foxtail (5) Ligustrum Crown of thorn (red dwarf) Variegated Abricola Green Island Ficus Muhly Juniper 34 N/A N/A Concrete 35 (10) Montgomery (5) Sabal (5) Foxtail Green Island Ficus Crown of thorn (red dwarf) Juniper Variegated Abricola 16.A.28.d Packet Pg. 1092 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 30 Spur Road (27) Royal N/A #1 Solana (2) Oak (51) Foxtail (12) Ligustrum Perennial Peanut #2 Solana (6) Thrinax (5) Foxtail (3) Crape (1) Tabebuia Coontie Asiatic jasmine (variegated) Perennial Peanut Allamanda Blueberry Flax Iris Berm (10) Alexander Crown of thorn (red dwarf) Green Island Ficus Abricola Firebush Goodlette-Frank Road (Pine Ridge Road to Vanderbilt Beach Road) LOCATION AND DESCRIPTION OF WORK AREA The area of work included in these specifications are located as described below and/or as shown on the plans attached to these specifications to include sidewalks, curbing, guardrails, landscaping, irrigation observation as described in this contract, CAT benches and shelters, being described as follows: Goodlette-Frank Road (Pine Ridge Road to Vanderbilt Beach Road) Areas of Work: a) Improved medians 36-44 b) All side right-of-way areas on Goodlette-Frank Road from Pine Ridge Road to Vanderbilt Beach Road. c) Hickory Road berm, one planted berm area and ROW mowing around the berm to be included in bahia side ROW mowing. d) All dry and wet retention areas Median # Bed Area St Augustine Bahia/Easement Brick Pavers 36 3,457 SF 3,262 SF 37,483 SF 1,364 SF 37 1,538 SF 4,672 SF 24,192 SF 2,681 SF 38 3,214 SF 3,055 SF 53,268.48 SF 1,092 SF 39 850 SF 27,287 SF 27,287 SF 111 SF 40 9,539 SF 7,265 SF 51,042 SF 362 SF 41 20,226 SF 15,044 SF 116,256 SF 682 SF 42 11,321 SF 0 SF 34,206.16 SF 316 SF 43 9,391 SF 0 SF 87,521 SF 450 SF 44 10,642 SF 0 SF 63,576 SF 1,040 SF Pond Site 1 (Wet) 6,515 SF 0 SF 14,644 SF 0 SF Pond Site 2 (Dry) 11,822 SF 0 SF 67,031 SF 0 SF Pond Site 3 (Dry) 4,955 SF 0 SF 49,034 SF 0 SF TOTAL: 93,470 SF 60,585 SF 625,540.64 SF 8,098 SF Special mowing attention is needed on the west ROW as there is a lot of natural vegetation that needs to be mowed and kept under control these square footages are included in the chart above but below is a breakdown (pricing for this mowing shall be included in the ROW mowing in the bid tab: 16.A.28.d Packet Pg. 1093 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 31 Description of Area W X LF Total Carica to guardrail 17' X 1408' 23,936 Guardrail area till Orange Blossom 13' X 728' 9,464 Orange Blossom after guardrail 13.5' X 3321 44,833.50 Continuing SB width increases 30.5 X 1688 51,484 At Royals past Center St 12.5' X 2832 35,400 At turnlane near second pond 16' X 24.9' 398.40 At turnlane to PRR 11.5 X530 6,095 Grand Total: 171,611 Median Palms/Trees Plantings Comments 36 (5) foxtail (3) Live Oak (7) Sabal Green Island Ficus Bougainvillea (dwarf, Helen Johnson) Muhly Floratam Sod Pine Ridge Road 37 (4) Live Oak (5) Ribbon Saw Palmetto Muhly Floratam Sod Panther Lane 38 (3) Holly (5) Sabal (5) Ribbon (3) Live Oak Muhly Juniper Bougainvillea (dwarf, Helen Johnson) Saw Palmettto United Methodist Church S Entrance 39 (1) Paurotis (3) Jatropha Muhly Green Island Ficus United Methodist Church N Entrance 40 (3) Jatropha (12) Ribbon (7) Live Oak (5) Sabal (1) Paurotis Green Island Ficus Muhly Juniper Xanadu Saw Palmetto Floratam Sod Perennial Peanut Center St 41 (5) Jatropha (2) Paurotis (19) Ribbon (14) Live Oak (20) Sabal Xanadu Green Island Ficus Muhly Juniper Saw Palmetto Bougainvillea (dwarf, Helen Johnson) Floratam Sod Autumn Woods Entrance 42 (10) Pygmy Date (12) Ligustrum (10) Sabal (10) Jatropha Muhly Bougainvillea (dwarf, Helen Johnson) Cord Grass Orange Blossom 43 (10) Pygmy Date (6) Ligustrum (10) Sabal (10) Jatropha (5) Buttonwood (Silver, multi) Bougainvillea (dwarf, Helen Johnson) Muhly Calusa Bay entrance 44 (24) Pygmy Date (12) Ligustrum (5) Sabal Bougainvillea (dwarf, Helen Johnson) Firebush (dwarf) Juniper Lemuria Entrance Median ends @ VBR 16.A.28.d Packet Pg. 1094 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 32 (5) Jatropha (5) Buttonwood (silver,multi) (3) Magnolia (little gem) West ROW (42) Magnolia (little gem) (54) Royal (11) Black Olive N/A East ROW (7) Black Olive N/A Wet Retention @PRR (10) Royal (18) Sabal (3) Live Oak (3) Holly (1) Poinciana Muhly Wet Retention (20) Sabal (6) Holly (3) Live Oak (1) Cassia Muhly Dry Retention @ VBR (10) Royal (28) Sabal (5) Crape Mrytle Muhly Hickory Berm (5) Sabal Crown of thorn (red) Vanderbilt Beach Road (Mercato Signal to Goodlette Road) LOCATION AND DESCRIPTION OF WORK AREA The area of work included in these specifications are located as described below to include sidewalks, curbing, guardrails, landscaping, irrigation observation as described in this contract, CAT benches and shelters, being described as follows: Vanderbilt Beach Road (Mercato signal to Goodlette Road) Areas of Work: a) Improved areas on the southwest portion of Vanderbilt Beach Road between Mercato signal to Goodlette Road to include both in front and behind wall area into Hickory Road. b) All dry/wet retention areas. Plant Material on the Vanderbilt Beach Road side include but not limited to: 60 Oaks, 182 Sabal Palms, White Fountain Grass, arboricola, cocoplum, Thryallis, Coontie, Green Saw Palmetto, Philadendron selloum, Cordgrass, Firebush, Wax Jasmine and an Awabuki Viburnum hedge. 16.A.28.d Packet Pg. 1095 Attachment: Attachment A_Scope of Services (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) PM: Melissa Pearson PS: Brenda Brilhart ITB 18-7253 Goodlette Frank Road Landscape Maintenance Notices: 4,909 Pkgs Downloaded: 62 Bids: 2 Work Area 1: Golden Gate Parkway to Pine Ridge Road, 4.00 Miles Item Description Qty UOM Unit Price Total Unit Price Total 1 Median Mowing & Edging 52 Weekly 75.00$ 3,900.00$ 562.00$ 29,224.00$ 2 Side ROW Mowing & Edging 26 Bi-Weekly 100.00$ 2,600.00$ 758.00$ 19,708.00$ 3 Weeding 52 Weekly 800.00$ 41,600.00$ 300.00$ 15,600.00$ 4 General Site Trimming 12 Monthly 1,500.00$ 18,000.00$ 600.00$ 7,200.00$ 5 Street Cleaning 52 Weekly 150.00$ 7,800.00$ 200.00$ 10,400.00$ 6 Trash Removal 52 Weekly 200.00$ 10,400.00$ 200.00$ 10,400.00$ 7 Irrigation System Maintenance & Repair 52 Weekly 350.00$ 18,200.00$ 150.00$ 7,800.00$ 8 Median Mowing & Edging 52 Weekly 75.00$ 3,900.00$ 560.00$ 29,120.00$ 9 Side ROW Mowing & Edging 26 Bi-Weekly 100.00$ 2,600.00$ 1,058.00$ 27,508.00$ 10 Weeding 52 Weekly 800.00$ 41,600.00$ 300.00$ 15,600.00$ 11 General Site Trimming 12 Monthly 1,500.00$ 18,000.00$ 700.00$ 8,400.00$ 12 Street Cleaning 52 Weekly 150.00$ 7,800.00$ 200.00$ 10,400.00$ 13 Trash Removal 52 Weekly 200.00$ 10,400.00$ 200.00$ 10,400.00$ 14 Irrigation System Maintenance & Repair 52 Weekly 350.00$ 18,200.00$ 150.00$ 7,800.00$ 15 Median Mowing & Edging 52 Weekly 0.01$ 0.52$ 265.00$ 13,780.00$ 16 Side ROW Mowing & Edging 26 Bi-Weekly 75.00$ 1,950.00$ 958.00$ 24,908.00$ 17 Weeding 52 Weekly 550.00$ 28,600.00$ 300.00$ 15,600.00$ 18 General Site Trimming 12 Monthly 800.00$ 9,600.00$ 620.00$ 7,440.00$ 19 Street Cleaning 52 Weekly 150.00$ 7,800.00$ 200.00$ 10,400.00$ 20 Trash Removal 52 Weekly 150.00$ 7,800.00$ 200.00$ 10,400.00$ 21 Irrigation System Maintenance & Repair 52 Weekly 250.00$ 13,000.00$ 150.00$ 7,800.00$ 22 Black Olive 18 Each 75.00$ 1,350.00$ 25.00$ 450.00$ 23 Buttonwood (Silver, multi) 10 Each 1.00$ 10.00$ 20.00$ 200.00$ 24 Cassia 1 Each 1.00$ 1.00$ 25.00$ 25.00$ 25 Crape Myrtle 41 Each 1.00$ 41.00$ 20.00$ 820.00$ 26 Holly 12 Each 1.00$ 12.00$ 20.00$ 240.00$ 27 Jatropha 70 Each 1.00$ 70.00$ 10.00$ 700.00$ 28 Ligustrum 38 Each 1.00$ 38.00$ 10.00$ 380.00$ 29 Magnolia (Little Gem) 45 Each 1.00$ 45.00$ 10.00$ 450.00$ 30 Oaks 60 Each 75.00$ 4,500.00$ 25.00$ 1,500.00$ 31 Paurotis 4 Each 75.00$ 300.00$ 35.00$ 140.00$ 32 Poinciana 1 Each 75.00$ 75.00$ 25.00$ 25.00$ 33 Ribbon 46 Each 18.00$ 828.00$ 25.00$ 1,150.00$ 34 Tabebuia 35 Each 35.00$ 1,225.00$ 20.00$ 700.00$ 35 Alexander 236 Each 1.00$ 236.00$ 10.00$ 2,360.00$ 36 Foxtail 110 Each 1.00$ 110.00$ 10.00$ 1,100.00$ 37 Montgomery 99 Each 1.00$ 99.00$ 10.00$ 990.00$ 38 Pygmy Date 44 Each 0.01$ 0.44$ 25.00$ 1,100.00$ 39 Royal 101 Each 0.01$ 1.01$ 15.00$ 1,515.00$ 40 Sabal 347 Each 18.00$ 6,246.00$ 25.00$ 8,675.00$ 41 Thrinax 6 Each 0.01$ 0.06$ 20.00$ 120.00$ 42 Alexander 236 Each 10.00$ 2,360.00$ 10.00$ 2,360.00$ 43 Foxtail 110 Each 10.00$ 1,100.00$ 10.00$ 1,100.00$ 44 Montgomery 99 Each 10.00$ 990.00$ 10.00$ 990.00$ 45 Pygmy Date 44 Each 0.01$ 0.44$ 25.00$ 1,100.00$ 46 Royal 101 Each 45.00$ 4,545.00$ 15.00$ 1,515.00$ 47 Sabal 347 Each 18.00$ 6,246.00$ 25.00$ 8,675.00$ 48 Thrinax 6 Each 0.01$ 0.06$ 20.00$ 120.00$ Superior Landscaping & Lawn Service, Inc. Ft. Myers Florida Land Maintenance dba Commercial Land Maintenance Naples Golden Gate Parkway to Pine Ridge Rd, 4.00 Miles / Pine Ridge Rd to Vanderbilt Beach Rd, 4.30 Miles/Vanderbilt Beach Rd (Mercato Signal to Goodlette-Frank Road), 0.75 Miles Fertilization: Groundcover, Shrub, Tree, & Palm (Granular-County supplied / Liquid-Contractor supplied) SECTION II. 1.2 SITE SPECIFIC MAINTENANCE Tree and Palm Maintenance (Approximate quantities) Work Area 3: Vanderbilt Beach Road (Mercato Signal to Goodlette-Frank Road), 0.75 Miles Palms, Seed Pod and Dead Frond Removals, as requested SECTION I. 1.1 BASIC LANDSCAPE MAINTENANCE & IRRIGATION Work Area 2: Pine Ridge Road to Vanderbilt Beach Road includes berm on Hickory Rd, 4.30 Miles Canopy Trees (April - September) Palms (June) Page 1 of 6 16.A.28.e Packet Pg. 1096 Attachment: 18-7253 Bid Tab_R (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) PM: Melissa Pearson PS: Brenda Brilhart ITB 18-7253 Goodlette Frank Road Landscape Maintenance Notices: 4,909 Pkgs Downloaded: 62 Bids: 2 Item Description Qty UOM Unit Price Total Unit Price Total 49 Application labor rate only (Granular fertilizer 8-2-12, County supplied), Turf, Groundcover, Shrubs, Trees; Approximately 97 bags per application twice per year. 194 50 LB Bag 10.00$ 1,940.00$ 6.00$ 1,164.00$ 50 Application labor rate only (Granular fertilizer, So-Po-Mag (0-0-22) County supplied), Palms, Approximately 3 bags per application 3 50 LB Bag 10.00$ 30.00$ 10.00$ 30.00$ 51 Application labor rate only (Granular fertilizer 8-2-12, County supplied), Palms; 1 50 LB Bag 20.00$ 20.00$ 5.00$ 5.00$ 52 Application labor rate only (Granular fertilizer, Micronutrients, County Supplied)1 50 LB Bag 20.00$ 20.00$ 5.00$ 5.00$ 53 Application labor &materials (Drench) (Sequestrene Iron, Contractor supplied) 1 Lump Sum 250.00$ 250.00$ 850.00$ 850.00$ 54 Application labor & materials (20-20-20 w/Ferromec AC 13-0-0 plus 6% Iron, Contractor supplied)1 Lump Sum 250.00$ 250.00$ 850.00$ 850.00$ 55 Insecticides & Fungicides Application Labor & Materials (Foliar) Groundcover, Shrubs, Trees 1 Lump Sum 2,000.00$ 2,000.00$ 650.00$ 650.00$ 56 Insecticides & Fungicides Application Labor & Materials (Drench) Groundcover, Shrubs, Trees 1 Lump Sum 4,000.00$ 4,000.00$ 850.00$ 850.00$ 57 Root Application Labor & Materials - Minors/Liquid Fertilizer (Drench) Groundcover, Shrubs, Trees 1 Lump Sum 2,000.00$ 2,000.00$ 850.00$ 850.00$ 58 Herbicides Application Labor & Materials (Pre or Post Emergent)1 Lump Sum 3,000.00$ 3,000.00$ 950.00$ 950.00$ 59 Growth Regulator Applications Labor & Material (Contractor supplied)1 Lump Sum 2,000.00$ 2,000.00$ 1,200.00$ 1,200.00$ 60 Brick Pavers & Concrete Surfaces - lump sum for all areas 1 Lump Sum 495.00$ 495.00$ 2,250.00$ 2,250.00$ 61 Crown of Thorns all varieties, Perennial peanut, jasmine, sea purslane, sensitive plant, and other herbaceous perennials 1 6" Pot 10.00$ 10.00$ 8.00$ 8.00$ 62 Crown of Thorns all varieties, Perennial peanut, jasmine, sea purslane, sensitive plant, and other herbaceous perennials 1 8" Pot 10.00$ 10.00$ 12.00$ 12.00$ 63 Crown of Thorns all varieties, Perennial peanut, jasmine, sea purslane, sensitive plant, and other herbaceous perennials 1 1 Gallon 10.00$ 10.00$ 12.00$ 12.00$ 64 African Iris, Cordgrass all varieties, Plumbago, Lily of the Nile, Coontie, Florida Gama Grass, Juniper ‘parsonii’, Lantana, Liriope all varieties, Spider Lily, Muhly Grass, Asian Jasmine all varieties, Firebush all varieties, Powderpuff, Blueberry Flax Lily, and all varieties of Ornamental Grasses 1 1 Gallon 10.00$ 10.00$ 12.00$ 12.00$ 65 Ground Orchid, and Cast iron plant all varieties 1 1 Gallon 18.00$ 18.00$ 15.00$ 15.00$ 66 Cocoplum. Thryallis, allamanda all varieties, Bougainvillea all varieties, Ixora all varieties, Indian Hawthorne all varieties, Juniper ‘Parsonii’ and all other varieties, Coontie, Ornamental Grasses all varieties, Florida Privet, Ilex ‘Schellings dwarf’ Wax Myrtle, Sea Oats, Arboricola all varieties, Silver Buttonwood, Green Buttonwood, Stoppers all varieties, Viburnum all varieties, , firebush all varieties, powderpuff, Blueberry Flax Lily, Green Island Ficus, myrsine, Pittisporum, Iris all varieties. 1 3 Gallon 18.00$ 18.00$ 20.00$ 20.00$ 67 Saw Palmetto, Sabal Minor, Ground Orchids, Wild Coffee, podocarpus all varieties, Bird of Paradise, Philodendron xanadu 1 3 Gallon 25.00$ 25.00$ 25.00$ 25.00$ 68 Guava, Crape Myrtle all varieties, Crinum Lily, Hibiscus Standard, Jamaican Caper, Ligustrum, Myrsine, Silver 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, 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, and Golden Raintree 1 10 Gallon 50.00$ 50.00$ 200.00$ 200.00$ Plant Materials Replacements & Services (unit price - see specifications for all inclusive items) Growth Regulator Applications (Contractor supplied - Trimtect® or Equivalent) Pressure Cleaning (inclusive of all labor, materials, equipment to complete the work) Ornamental & Turf Spraying: Turf, Groundcover, Shrub, Tree, and Palm (Contractor supplied chemicals) SECTION III. 1.3 ADDITIONAL SERVICES Page 2 of 6 16.A.28.e Packet Pg. 1097 Attachment: 18-7253 Bid Tab_R (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) PM: Melissa Pearson PS: Brenda Brilhart ITB 18-7253 Goodlette Frank Road Landscape Maintenance Notices: 4,909 Pkgs Downloaded: 62 Bids: 2 Item Description Qty UOM Unit Price Total Unit Price Total 69 Guava, Crape Myrtle all varieties, Crinum Lily, Jamaican Caper, Ligustrum, Myrsine, Silver 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, Veitchia 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, and Tibuchina. 1 15 gallon 55.00$ 55.00$ 300.00$ 300.00$ 70 Guava, Crape Myrtle all varieties, Crinum Lily, 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, Tabebuia all varieties, 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. 1 25 Gallon 75.00$ 75.00$ 400.00$ 400.00$ 71 Guava, Crape Myrtle all varieties, Crinum Lily, 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, 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 1 45 Gallon 125.00$ 125.00$ 600.00$ 600.00$ 72 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, 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, and Golden Raintree 1 65 Gallon 200.00$ 200.00$ 800.00$ 800.00$ 73 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, 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, Powderpuff, Slash Pine, Golden Raintree, 1 100 Gallon 600.00$ 600.00$ 1,200.00$ 1,200.00$ 74 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, 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, Powderpuff, Slash Pine, and Golden Raintree 1 200 Gallon 700.00$ 700.00$ 1,600.00$ 1,600.00$ Page 3 of 6 16.A.28.e Packet Pg. 1098 Attachment: 18-7253 Bid Tab_R (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) PM: Melissa Pearson PS: Brenda Brilhart ITB 18-7253 Goodlette Frank Road Landscape Maintenance Notices: 4,909 Pkgs Downloaded: 62 Bids: 2 Item Description Qty UOM Unit Price Total Unit Price Total 75 B&B Roots Plus Grower or Equal: Guava, Crape Myrtle all varieties, 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, 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, Powderpuff, Slash Pine, and Golden Raintree. 1 Each 1.00$ 1.00$ 800.00$ 800.00$ 76 Alexander Palm / 10'-16' OA, FG / RPG 1 Each 600.00$ 600.00$ 720.00$ 720.00$ 77 Alexander Palm / 8'-10' OA, FG / RPG 1 Each 400.00$ 400.00$ 450.00$ 450.00$ 78 Bald Cypress / 10' OA, FG 1 Each 250.00$ 250.00$ 300.00$ 300.00$ 79 Bald Cypress / 100 gal., FG / RPG 1 Each 300.00$ 300.00$ 800.00$ 800.00$ 80 Coconut Palm / 10'-15' GW, FG / RPG 1 Each 400.00$ 400.00$ 300.00$ 300.00$ 81 Coconut Palm / Larger sizes, cost per foot of wood, FG / RPG 1 Each 150.00$ 150.00$ 65.00$ 65.00$ 82 Crape Myrtle 'Muskogee' / 10' - 14' OA, FG / RPG 1 Each 250.00$ 250.00$ 600.00$ 600.00$ 83 Crape Myrtle 'Muskogee' / 8' - 10' OA, FG / RPG 1 Each 150.00$ 150.00$ 400.00$ 400.00$ 84 Crape Myrtle 'Natchez' / 10' - 14' OA, FG / RPG 1 Each 250.00$ 250.00$ 600.00$ 600.00$ 85 Crape Myrtle 'Natchez' / 8' - 10' OA, FG / RPG 1 Each 150.00$ 150.00$ 400.00$ 400.00$ 86 Crape Myrtle 'Tuscarora' / 10' - 14' OA, FG /RPG 1 Each 250.00$ 250.00$ 600.00$ 600.00$ 87 Crape Myrtle 'Tuscarora' / 8' -10' OA, FG / RPG 1 Each 150.00$ 150.00$ 400.00$ 400.00$ 88 Hong Kong Orchid / 10'-12', FG / RPG 1 Each 250.00$ 250.00$ 500.00$ 500.00$ 89 Hong Kong Orchid / 14'-20' OA, FG / RPG 1 Each 300.00$ 300.00$ 700.00$ 700.00$ 90 Hong Kong Orchid / 15'-35' OA, FG / RPG 1 Each 400.00$ 400.00$ 1,200.00$ 1,200.00$ 91 Jatropha 1 Each 150.00$ 150.00$ 330.00$ 330.00$ 92 Ligustrum / 8' X 8'1 Each 500.00$ 500.00$ 600.00$ 600.00$ 93 Live Oak 100 gal., FG / RPG 1 Each 600.00$ 600.00$ 2,000.00$ 2,000.00$ 94 Live Oak 200 gal., FG / RPG 1 Each 750.00$ 750.00$ 3,400.00$ 3,400.00$ 95 Live Oak 300 gal., FG / RPG 1 Each 800.00$ 800.00$ 3,600.00$ 3,600.00$ 96 Magnolia 'Little Gem' / 100 gal., FG / RPG 1 Each 600.00$ 600.00$ 900.00$ 900.00$ 97 Magnolia 'Southern' / 100 gal., FG / RPG 1 Each 600.00$ 600.00$ 1,600.00$ 1,600.00$ 98 Maple Tree / 100 gal., FG 1 Each 600.00$ 600.00$ 900.00$ 900.00$ 99 Maple Tree / 12' OA, FG 1 Each 250.00$ 250.00$ 350.00$ 350.00$ 100 Maple Tree / 16' OA, FG 1 Each 350.00$ 350.00$ 500.00$ 500.00$ 101 Montgomery Palm / 10' OA, FG / RPG 1 Each 400.00$ 400.00$ 200.00$ 200.00$ 102 Montgomery Palm / 12' OA, FG / RPG 1 Each 600.00$ 600.00$ 375.00$ 375.00$ 103 Perennial Peanut Roll 1 Each 2,000.00$ 2,000.00$ 900.00$ 900.00$ 104 Royal Palm / 12'-16' GW, FG / RPG 1 Each 1,500.00$ 1,500.00$ 1,400.00$ 1,400.00$ 105 Royal Palm / 7'-10' GW, FG / RPG 1 Each 1,400.00$ 1,400.00$ 900.00$ 900.00$ 106 Royal Palm / Larger sizes, cost per foot of wood, FG / RPG 1 Each 200.00$ 200.00$ 125.00$ 125.00$ 107 Sabal Palm / 10' -18' OA 1 Each 350.00$ 350.00$ 250.00$ 250.00$ 108 Shady Lady Black Olive / 10' - 18'OA, FG / RPG 1 Each 250.00$ 250.00$ 1,400.00$ 1,400.00$ 109 Shady Lady Black Olive / 16' -20'OA, FG / RPG 1 Each 600.00$ 600.00$ 1,560.00$ 1,560.00$ 110 Sylvester Palm / FG 10' wd / RPG 1 Each 700.00$ 700.00$ 2,000.00$ 2,000.00$ 111 Sylvester Palm / FG 6' wd / RPG 1 Each 500.00$ 500.00$ 1,200.00$ 1,200.00$ 112 Sylvester Palm / FG 8' wd / RPG 1 Each 600.00$ 600.00$ 1,600.00$ 1,600.00$ 113 Tabebuia 1 Each 250.00$ 250.00$ 675.00$ 675.00$ 114 Verawood/ 8'-10' OA, FG / RPG 1 Each 250.00$ 250.00$ 320.00$ 320.00$ 115 Wax Myrtle / 10' OA, FG / RPG 1 Each 55.00$ 55.00$ 450.00$ 450.00$ 116 Wax Myrtle / 12' OA,FG / RPG 1 Each 65.00$ 65.00$ 540.00$ 540.00$ 117 Wax Myrtle / 14' OA, FG /RPG 1 Each 75.00$ 75.00$ 630.00$ 630.00$ 118 Bahia Sod Installed (labor & materials)1 Pallet 400.00$ 400.00$ 200.00$ 200.00$ 119 Bahia Sod Installed (labor & materials)1 Square Foot 5.00$ 5.00$ 0.40$ 0.40$ 120 Floratam Sod Installed (labor & materials)1 Pallet 600.00$ 600.00$ 275.00$ 275.00$ 121 Floratam Sod Installed (labor & materials)1 Square Foot 5.00$ 5.00$ 0.55$ 0.55$ 122 Organic Lee Compost Installed (labor & materials)1 Cubic Yard 250.00$ 250.00$ 160.00$ 160.00$ 123 Organic Lee Compost Installed (labor & materials)1 Cubic Foot 25.00$ 25.00$ 65.00$ 65.00$ 124 Planting Soil Installed (labor & materials)1 Cubic Yard 250.00$ 250.00$ 120.00$ 120.00$ 125 Planting Soil Installed (labor & materials)1 Cubic Foot 25.00$ 25.00$ 25.00$ 25.00$ 126 Landscape Supervisor 1 Hourly 85.00$ 85.00$ 35.00$ 35.00$ 127 Landscape Laborer 1 Hourly 75.00$ 75.00$ 25.00$ 25.00$ Landscape Personnel Labor Hours Page 4 of 6 16.A.28.e Packet Pg. 1099 Attachment: 18-7253 Bid Tab_R (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) PM: Melissa Pearson PS: Brenda Brilhart ITB 18-7253 Goodlette Frank Road Landscape Maintenance Notices: 4,909 Pkgs Downloaded: 62 Bids: 2 Item Description Qty UOM Unit Price Total Unit Price Total 128 Irrigation Supervisor 1 Hourly 85.00$ 85.00$ 65.00$ 65.00$ 129 Irrigation Technician 1 Hourly 85.00$ 85.00$ 55.00$ 55.00$ 130 Irrigation System Review 1 Hourly 25.00$ 25.00$ 75.00$ 75.00$ 131 Irrigation Supervisor (After Hours (7:00 p.m. - 6:30 a.m.)) 1 Hourly 85.00$ 85.00$ 75.00$ 75.00$ 132 Irrigation Technician (After Hours (7:00 p.m. - 6:30 a.m.)) 1 Hourly 85.00$ 85.00$ 65.00$ 65.00$ 133 Mulch materials with labor to install (Contractor supplied mulch)1 Bag 7.00$ 7.00$ 3.50$ 3.50$ 134 Labor installation rate only (County supplied mulch)1 Bag 5.00$ 5.00$ 1.33$ 1.33$ 135 Staking Large Palms (Caliper greater than 6")1 Each 200.00$ 200.00$ 150.00$ 150.00$ 136 Staking Small Canopy Tree (2x2 posts and guy wire, 4"-6" caliper)1 Each 200.00$ 200.00$ 95.00$ 95.00$ 137 Staking Large Canopy Tree (2x4 posts, greater than 6" caliper)1 Each 200.00$ 200.00$ 150.00$ 150.00$ 138 Restanding and Staking Small Palm (4"-6" Caliper) 1 Each 300.00$ 300.00$ 150.00$ 150.00$ 139 Restanding and Staking Large Palms Caliper greater than 6")1 Each 400.00$ 400.00$ 150.00$ 150.00$ 140 Restanding and Staking Small Canopy Tree 2x2 posts and guy wire, 4"-6" caliper)1 Each 300.00$ 300.00$ 170.00$ 170.00$ 141 Restaking Large Canopy Tree (2x4 posts, greater than 6" caliper)1 Each 400.00$ 400.00$ 200.00$ 200.00$ 142 Reconstructive/Restoration or Reduction Tree Pruning 1 Each 75.00$ 75.00$ 175.00$ 175.00$ 143 Hazardous Tree Pruning 1 Each 75.00$ 75.00$ 225.00$ 225.00$ 144 Root pruning, re-planting, re-standing and staking with 2x4 (Tree or Palm)1 Each 600.00$ 600.00$ 395.00$ 395.00$ 145 Root Pruning, re-planting, re-standing and staking with 4x4 (Tree or Palm)1 Each 750.00$ 750.00$ 445.00$ 445.00$ 146 Root Pruning, re-planting, re-standing and staking with lodge poles (Tree only)1 Each 250.00$ 250.00$ 445.00$ 445.00$ 147 Removal: Small Palms - Alexander, Pygmy Date, Montegomery, Thrinax, Cocothrinax, (includes root balls and stumps)1 Each 400.00$ 400.00$ 225.00$ 225.00$ 148 Removal: Medium Palms - Foxtail & Sabal (includes root balls and stumps)1 Each 450.00$ 450.00$ 175.00$ 175.00$ 149 Removal: Large Palms - Royal & Bismarck (includes root balls and stumps)1 Each 800.00$ 800.00$ 250.00$ 250.00$ 150 Removal: Small Trees - Trees up to 10 feet in height (includes root balls and stumps)1 Each 200.00$ 200.00$ 225.00$ 225.00$ 151 Removal: Medium Trees - 11 feet in height but less than 20 feet in height (includes root balls and stumps)1 Each 300.00$ 300.00$ 475.00$ 475.00$ 152 Removal: Large Trees - 20 feet in height and greater (includes root balls and stumps)1 Each 600.00$ 600.00$ 875.00$ 875.00$ 153 Stump tip overs (small)1 Each 200.00$ 200.00$ 175.00$ 175.00$ 154 Stump tip overs (medium)1 Each 300.00$ 300.00$ 285.00$ 285.00$ 155 Stump tip overs (large)1 Each 400.00$ 400.00$ 495.00$ 495.00$ 156 Soil replacements 1 Cubic Yard 250.00$ 250.00$ 75.00$ 75.00$ 157 Cut Dead Palm to a 3' stump (All sizes)1 Hour 85.00$ 85.00$ 85.00$ 85.00$ 158 Cut Dead Tree to a 3' stump (All sizes)1 Hour 85.00$ 85.00$ 175.00$ 175.00$ 159 Debris Removal 1 Cubic Yard 200.00$ 200.00$ 85.00$ 85.00$ 160 Bucket Truck 1 Hourly 125.00$ 125.00$ 275.00$ 275.00$ 161 Water Truck 1 Hourly 50.00$ 50.00$ 175.00$ 175.00$ 162 Crane Truck 1 Hourly 50.00$ 50.00$ 465.00$ 465.00$ Mulching (2" mulch, 2 cubic foot bags), Approximately 34,445 bags Tree and Palm Maintenance Services (all inclusive services to include labor, equipment, & materials) H. Equipment & Labor (All inclusive in unit price: equipment, fuel, labor, operator, supplies) Irrigation Personnel Labor Hours Page 5 of 6 16.A.28.e Packet Pg. 1100 Attachment: 18-7253 Bid Tab_R (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) PM: Melissa Pearson PS: Brenda Brilhart ITB 18-7253 Goodlette Frank Road Landscape Maintenance Notices: 4,909 Pkgs Downloaded: 62 Bids: 2 Item Description Qty UOM Unit Price Total Unit Price Total 163 Mini Excavator 1 Hourly 125.00$ 125.00$ 225.00$ 225.00$ 164 Skid Loader 1 Hourly 125.00$ 125.00$ 225.00$ 225.00$ 165 Traffic Accident Clean up 1 Hourly 85.00$ 85.00$ 65.00$ 65.00$ 166 Paver replacements 1 Hourly 85.00$ 85.00$ 65.00$ 65.00$ 352,098.53$ (1.00)$ 352,097.53$ 167 15% Qualifications:YES/NO YES/NO Landscape License YES YES Five (5) Years of relevant project experience YES YES References - three (3) within last five (5) years YES YES Maintenance of Traffic Certificate and three (3) years demonstrated experience YES YES Required Forms: Conflict of Interest YES YES Vendor Declaration Statement YES YES Immigration Affidavit & MOU or Profile Page YES YES W-9 YES YES Insurance YES YES Local Vendor Preference YES YES Brenda Brilhart, Procurement Strategist 1/16/2018 Viviana Giarimoustas, Witness Materials markup Not To Exceed 15%15% Line item #75 stricken from the bid and no longer considered in the bid award (plant material size not provided) BID TOTAL REVISED BID TOTAL 399,876.78$ (800.00)$ 399,076.78$ Materials markup percentage not to exceed 15% (non-bid line items, receipts required) I. Traffic Accident Clean up (All inclusive of labor for removal of damaged plant materials and accident debris, equipment, debris hauling and disposal, disposal fees, blowing mulch from roadway, reinstalling disturbed vegetation and materials that are not damaged. J. Paver Replacements (All inclusive rate for labor, equipment, damaged material removal, hauling and disposal fees, and installation). Page 6 of 6 16.A.28.e Packet Pg. 1101 Attachment: 18-7253 Bid Tab_R (5637 : 18-7253 “Goodlette Frank Road Landscape Maintenance”) FIXED TERM SERVICE AGREEMENT ## 18-7253 for Goodlette Frank Road Landscape Maintenance THIS AGREEMENT, made and entered into on this day of 20_, by and between Flonda Land Maintenance, Inc. dba commercial Land Maintenance , authorized to do business in the State of Florida, whose business address is 3980 Exchange Avenue, Naples Florida 34104 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing ■ upon the date of Board approval ❑ on and terminating on three .(3 _) years) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one (_l__) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑ Purchase Order N Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ " (RFP) ❑■ Invitation to Bid (ITB) ❑ Other ( ) # 18-7253 _, including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. X The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed 'Genn Scrviee Agreement #2017-002 (Ve V 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 4. THE AGREEMENT SLIM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): 0■ Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. ■0 Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. N Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.), The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted, Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. Page 2 of 17 Fixed Tann Service Agmemelst #2017-002 (Ver. 6 w - , - r ■ aI dpe 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Florida Land Maintenance, Inc. dba Commercial Land Maintenance Address: 3980 Exchan e Avenue Naples, Florida 34104 Authorized Agent: Roberto Kindelan, Jr. PD Attention Name & Title: Roberto Kindelan, Jr, PD Telephone: 239) 643-5111 E-Mail(s): rkindelan commlandmaint.net All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Pale 3 of 17 C ixed Tenn Service Agreement N2017-002 (Vent) 0 • �i I ^ ■ ■ • My . ■ ■. ■■w - ill t 1 ' ± ' ? iii�NOMMUM M! 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Florida Land Maintenance, Inc. dba Commercial Land Maintenance Address: 3980 Exchan e Avenue Naples, Florida 34104 Authorized Agent: Roberto Kindelan, Jr. PD Attention Name & Title: Roberto Kindelan, Jr, PD Telephone: 239) 643-5111 E-Mail(s): rkindelan commlandmaint.net All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Pale 3 of 17 C ixed Tenn Service Agreement N2017-002 (Vent) 0 Board of County Commissioners for Collier County, Florida Division Director: Travis Gossard, Director Division Name: Road Maintenance Division Address: 4800 Davis Boulevard Naples, Florida 34104 Administrative Agent/PM: Melissa Pearson, Contract Administration Specialist Telephone: (239) 252-5591 E-Mail(s): Melissa. Pearson eolliercount fl. gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8, PERMITS,, LICENSES: TAXES. In compliance with Section 218.80, F,S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever. County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any Federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. Fixed Term Service Agreement 42017-Qa2 (Ver.]) (a 10. TI!RMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement For convenience with a thirty (30) day written notice. The County shall be sole judge of the non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. ❑t• Commercial General Liability: Coverage shall have minimum limits of $1,000,000.00 Per Occurrence, $2,000,000.00 aggregate 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 $1,000,000,00_Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C, d Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000.00 for each accident. ❑ # #essio a int d4py-the Copl Gaiaiiity-#e�-sI•a�r�s-a�isi�g--ee���ie-�e�a�►aasre�--c�-pro#essi�n-apse . Agt ptract�carr. `�v -r�� 7�G W shall have 111mits. Q1 not less4han $ E-7 ❑ im- ❑ .-v4ar nia rl Sneclal Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Page 5 01, 17 I i�c d 'Perm service Agreement #2017-002 (Ver. t) Qi�'� Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend underthis Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Road Maintenance Division Page 6 or 17 Fixed Tenn Service Agreement 02017-002 (Ver, 1) (a 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑■ Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ P/ # ITB/❑ Other # 15-7253 , including Exhibits, Attachments and Addenda/Addendum, ❑ sWAe ❑ Qthcr Fvh1b-Jt 17, APPLICABILITY, Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners, 19, PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part 111, Florida Statutes, Collier County Ethics Ordinance No. 290405, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences; a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20, COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the lmmigration 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�-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: ["age 7 of` 17 F ixal 't'crm Service h$recmcrt[ W2417-002 (Vcr, I) a Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 702 Naples, FL 34112-5746 Telephone; (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: I . Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records_ All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a Format that is compatible with the information technology systems of the public agency. if Contractor observer, that the Contract Documents are at variance therewith, it shall promptly Notify the County in writing. f=ailure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor_ 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The Contractor may nullify the whole or any part of any approval for payment previously issued and the Contractor may withhold Fixed Term 5eMee Agreement N2017-002 (Vcr.1) (a any payments otherwise due Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23.❑ CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24 STANDARDS OF CONDUCT: PROJECT MANAGER SUPERVISOR EMPLOYEES. The Contractor shall employ people to work an 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 an Collier County projects is not in the best interest of the County. 25 U WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay Page 9 of 17 1 imd Tann Service Agicemuni 62017-002 (Ver.1) (a for replacement or repair of adjacent materials or Work which may bed amaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. [0] TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. FI• PROTECTION OF WORK, A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary 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 County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shal4 be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of productslmaterials form specifications shall be approved in writing by the County in advance. 29 CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS, If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. Pagc lU n1' 17 1 Ixed 'Perin Service Agreement (QQ17-DO2 (Ver, I) (a 31. ADDITIONAL. ITEMSfSERVICES. Additional items andlor services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. I - - - r ■ _ w _ _ r _ _ ■ 1R _ . ■_ ■ ■im A ■■■■■- - _ •w a - _ • • - _ ■ - A A - - � y _ ■ � I _ F � _ r i _ ■ � A ❑■ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services, Page i i of 17 fixed e`en, Service AZT"Meni 0201MW (Vvr.1) a 35, ❑■ ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. OF F-RORMAK=�- M1191-0 VIRM.-I MME R1 IN 1A ! M 'ETR 16DIRIKkirnim 36, ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the: prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County, 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. if required, Contractor shall be responsible for the costs of providing background checks by the Collier County f=acilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DI--FMOPS@a colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County faciRies and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38, ■0 SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for Wage 12 ❑I`17 Fixed Term Service Agrecmenl #2017-002 (Ver, 0 0 the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County f=acility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally lett blank -signature page to follow) I'ggc 13 or 17 Cixed Tents SarvIce Agreement 112017.002 (Vcr.l ) �+'j IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Dwight E. Brock, Clerk of Courts By: Dated: (SEAL) Contractor's Witnesses: Contractor'sFirst Wlt ess TTypelprint w ess name77 l Contractor's Second Witn �2co ,j \./ / C 12-Q TTypelprint witness nameT Approved as to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Andy Solis Chairman Florida Land Maintenance, Inc. d/b/a Commerical Land Maintenance Contractor BY : _A116nature TTypelprint signature and titleT Page 14of'17 Fixed Term Service Agreement #200-002 ( r. Exhibit A Scope of Services ❑■ following this page (pages 1 through 32 ) ❑ this exhibit is not applicable Page Is of 17 Fixed Tenni Service Agreamenl X12017-002 (Ve(.l ) OCPIO Exhibit A - Scope of Work Detailed Scope of Work As requested by the Collier County Road Maintenance Division, landscape Operations (hereinafter, the "Division") and the Collier County Board of Commissioners Procurement Services Division (hereinafter, "County") has issued this invitation to Bid (hereinafter, "ITB") with the intent of obtaining bids from interested and qualified rims in accordance with the terms, conditions, qualifications, and specifications stated or auached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and specifications stated. The results of this solicitation may be used by the Division for " oadlette-Frank Rand Landscape IN intenance Dollen Cate Pnriftwoy to Pine Rid a Rood 4.U0 Miles` fine Ride Road to Vanderbilt Beach Roil1 includes berm on Hickory Rod 4.30 Miles' pno Vanderbilt Reach Road South Mereato Si nal to Goodlclte-Frank Roa_qh 0.75 Miles" upon award by the Board of County Commissioners and in accordance ivith the Procurement Ordinance, as amended. While the County intends to use the contractor awarded as a part of this solicitation, the County reserves the right at any time to use other contractors for the services described by requesting additional quotes or bids from other contractors (per the Board's Purchasing Ordinance). Brief Description of Purchase County intends to award a qualified landscape maintenance contractor to provide services as listed in this solicitation for a three (3) year term with two (2), one (1) year renewals. Awarded contractor shall be responsible for providing full services in maintaining the medians and sides of right of way (ROW) sustaining the quality and health of the plant materials. Contractor shall be required to fallow Green industries Best Management practices for Florida friendly plants. Minimum Quaiifientions This section has three (3) criteria in providing minimum qualifications that must meet or exceed to qualify for this bid and to be considered t`or award. Contractors are required to perform Routine Basic Landscape Maintenance Services. However, the following services are authorized for subcontractors: ■ Irrigation Services & Maintenance of Traffic. ■ Arborist's Services ■ Fertilization Applications ■ Pesticide, fungicide, and Herbicide Applications Plant Growth Regulator Applications Contractors/Subcontractors mut submit re uired documeulation, licenses altd certificates at bid sub tnissian or before Notice of Recommended Award NORA . LicensesXertificatlons/DQrQn] ntation Licenses and certifications pursuant to Collier County, Contractor's Licensing, Ordinance Number 2006.46, as amended, and Florida State Statutes. a. Collier County landscape Restricted ar Landscape license; Landscape & lrrigation License; or Unlimited Landscape License. b. Collier County lrrigation License -A minimum of three (3) years experience with Motorola Irrigation Control Systems or equivalent smart controller systems. Contractor is to provide a list of projects with Motorola Irrigation Control Systems or smart controller systems wlicre they have maintained within the last three (3) years. ITB 18-7253 Goodlette-Frank Road Laodscapc Maintenancu 2 c, Collier County Pest Control License 2. Certificalion_s a. Limited urban Commercial Fertilizcr Applicator Certification, Chapter 482.1562,F.S. b. Certified Pest Control Operator, Lawn & Ornamental, Chapter 482,1 1 1, F'S.- l? c, Employee Identific t'on Card for non-ce' •f m to ces OR a listing of c es' names and. their issued ID card numbers that will performing pest control For a Heensed company. Each ID card must be an employee of the licensed company and work under the direct supervision orthe certified operator in charge. Chapter, 482,091 F.S. d. International Society of Arborists (ISA) certification -The Contractor shall have one permanent full-time employee that possesses an active ecrlirlOaOon. Contractor shall provide a copy of an active Florida Arborist Certification. c. Maintenance ofTrafftc (MOT), Intermediate Level Certificate Willi three (3) years experience. F. Irrigation certirtcatinns for employees g. Creep Industries, Best Management Practices, Certificate pursuant to Chapter 482.1562, F.S, (certificate must be obtained within six (6) months from contract execution). 3. Documentation (rorms.j2roL+ldrd) a. Experience: Provide a description describing a minimum three (3) years experience that is relevant and similar to the Scope of Work and specifications. b. ECILlinmcnt Diss; Provide a list of all company owned and/or leased equipment that will be used for this contract, c. References. Include five (5) governmental ar commercial references relevant to the services listed in the specifications. Scope of Services Awardcd contractor Isubcontractor shall be responsible far landscape maintenance services. A detailed site description is located in Exhibit A. Work areas are awarded in "as is" conditions and contractors/subcontractors are encouraged to visit each work area for a full assessment, Services for landscape maintenance may require services weekly, monthly, quarterly, or on an "as needed" basis. Division determines the schedule to sustain the quality and health of plant materials within the medians and sides of ROW improved areas. These services include, but are not limited to, medians and sides ROW mowing; weeding; edging; trimming; pruning; general site trimming; trash removal; hardscapes pressure washing; blowing, irrigation checks and repairs, ornamental & turf applications of herbicide, pesticide, fungicide, and growth regulator; mulching; fertilization applications; n•ee trimming; palm pruning, palm frond hungee cord restraints; tree and palm re -staking, re -standing; plant replacements; emergency services; crane services, water truck services; hand watering; sod replacements', Maintenance of Traffic (MOT); and all other sery ices as they relate to landscape maintenance services, Good lette-Frank Road Undscape Maintenance 1. Golde Gate Park way t4 Pine Ridge Ro a. improved medians 1-13 1T13 18-7253 Good let lo -Frank road Landscapr. Maintenance I b. Ail side right-of-way areas on Goodlette-Frank Road from Golden Gate Pkwy to Pine Ridge Road. c. Solana Road, two medians and side ROW mowing. d. All right-of-way areas indicated in the Spur Road off of Goodlette Road adjacent to Water Quality Freedom Park e, Berm planting area at Goodlette Rd and Pine Ridge Road East ROW 2. Pine ltid a Roa rbilt Beach Road es berm on 1 is on a. improved medians 36-44 b. All side right-of-way areas on Goodlette-Frank Road from fine Ridge Road to Vanderbilt Beach Road. c. Hickory Road berm, one planted berm area and ROW mowing around the berm, to be included in bahia side ROW mowing. d. All dry and wet retention areas 3. Vanderbilt Refigh Road South (Morcoto Signal to Good) -Frank Road a. Improved areas on the southwest portion of Vanderbilt Beach Road between Mercato signal to Goodlette Road to include both in front and behind wall area into Hickory Road. b. All dry and wet retention areas 1, Speeirications Conti -actor or Subcontractor shall be responsible to furnish all labor, supervision, equipment, tools, and materials as outlined in this solicitation. Current techniques arid standards approved by University of Florida, institute of Food and Agriculture Services (UP/IFAS) shall be utilized ror these services. Collier County expects the successrul bidder to fully comply with all terms of this bid, Every item and schedule is considered an important element of the bid and must be strictly adhered to. The work covered by this hid consists of furnishing all labor, equipment, and materials. 1.1 Section 1. Routine Basic Lends Maintenance IS Irrigation Services Specifications For routine services include, but not limited to, median mowing and edging, side of the right-of- way ight-oFway (ROW) mowing and edging, street cleaning, median weeding, side of the right- of -way weeding, general site trimming, trash removal, and irrigation system maintenance and repair. At full discretio n of the Division, services may increase or decrease. 11,1,1 Mowing The number of mowing services may be modified by the Division depending upon conditions or extenuating circumstances. Mowing includes, but not limited to: Swale areas, sod within medians, and sod on sides of ROW (both sides of the roadway). a. Prior to mowing, Contractor shall remove palm fronds, horticultural and non -horticultural debris, leaves, rocks, paper, tree branches and limbs, and various types trash from the turf areas, plant beds, and hardscapes. b. Mow in a manner consistent with landscape maintenance industry standards that ensures smooth surface appearance withoul scalping or leaving uncut grass. c. Use alternate mowing practices, patterns, or equipment within narrow turf areas to prevent wheel ruts or worn areas in the turf. d. All FLOW mowing is from the back of curb or sidewalk to the right -or -way line (in most cases the wooden or concrete power poles). e. Mow at the highest recommended height For species in the table below recommended by the University of Florida's Institute of Food and Agriculture Sciences (UFAFAS), Do not remove more than one third (113) of the leaf blade at each mowing, ITS l8-7253 Goodlette-Drank Road Landscape Maintimance 4 CAO C -A SPCKie§ Iylowine Height finches) Grass li_I_eiht Not to Exceed fLnZhe0 Behiagrass 3.0-4.0 4.5-6.0 St. Augustine 3.s-4.0 5.5-6.0 F. On the same day that Contractor mows, remove grass clippings and debris from hardscapes such as, but not limited to: sidewalks, streets, driveways, curbs and gutters. 1O� Remove grass clippings and debris in the vicin'ty of a storm water inlet or catch basin. ➢ Do not allow grass clippings or debris to enter into any inlet, catch basin, or body of water. D Deposit grass elippings into existing turf areas. g. Mow turfgrass with a mulching type mower eliminating the need to bag and transport grass clippings. Leaf clippings in the turf area will add nutrients and organic matter back into the lawn. Should bagging be necessary, the bagged clippings shall be collected and removers at no additional cost to the County. h. Swale mowing is throughout the entire year. During rainy season conditions, these areas must be addressed at every service. Water in swales with vegetation and weeds protruding above the water, reduce the height to 12" above the water line ar as directed by the Division. Mowed vegetation should be directed away from the water and not al lowed to remain piled up around the pond. i, Dry retention mowing is throughout the year, the height of grass must not exceed eighteen inches (18"). Areas holding water restrict mowing to ten feet (10') buffer from the water's edge. Mowed vegetation should be directed away from the water and not allowed to remain piled up around the pond. j. Wet retention areas (ponds) mowing of vegetation within ten feet (10') from the water's edge at the time of mowing must be greater than 6 inches in height. Mowed vegetation should be directed away from the water and not allowed to remain piled up around the pond. k. Turf areas that are water soaked requires a hand walk behind moaner, twenty-one inch (21 diameter, to prevent wheal ruts in the turf which is caused by heavier, self-propelled, riding mowers. Damage to the turf caused by the Contractor's equipment shall be repaired immediately following the service at no add itional cast to the County. I. Turfgrass showing visible signs of hent stress, disease, and irrigation malfunctions must be reported the Division immediately. I.1.2 Edairig Mechanical turf edging shall be done with each mowing service or as directed by the Division. No herbicides are authorized for edging. a, Metal blade edging is not permitted along plant bed and turf edges where an underground irrigation system is present. b. Mechanical metal blade edging is permitted along back of curbs. c. Grass root runners extending into the mulched, concrete, asphalt, and brick paved areas shall be cut and removed with the edging service. d. Edging is required in all turf areas such as, but not limited to: sprinkler heads, valve boxes, timer pedestals, ports, utility service boxes, shrubs, sign posts, manholes, guardrails, along sidewalk edges, back of concrete curbs, around plant beds, street light bases, headwalls, and trees. e. Edging debris on streets, sidewalks, or other areas shall be removed the same day as the service, including but not limited to: sidewalks, curbing, gutters including a four foot (4') area from the face of the curb and sidewalk. No clippings or other debris shall be blown into or deposited onto adjacent property or accumulated in ROW areas. F. Edging with herbicides is not authorized, Lind ifContractor used them, they will be responsible to bring the site back to full restoration at their expense. ITB 18-7253 Good lettc-I-rdnk Road Landscape Maintenance 5 CA0 I.1.3 Weeding Weeding of all areas within the medians And side of ROW to include, but not limited ta: plant beds, sidewalks (asphalt, concrete or paver), guardrail bases, tree grates, curb joints, and mulched areas are perfomied weekly or as necessary, to provide a weed free and a visually well maintained area. Sel'vlce requires contractor to remove all ►needs manually by hand or chemical treatment. Ifchemicals are used they shall be Round Op or an approved equivalent with blue tracker. Contractor must remove all weeds using the appropriate method. If weeding is incomplete invoice will be rejected for this line item, and deductions for non-performance may apply. 1,1,4 General S.itcTrimming Contractor shall disinfect pruning tools prior to performing services to prevent disease transmission. Pruning is on a weekly basis, "as needed," or at the Division's discretion ror plant foliage below ten feet (10'). Notify Division Landscape Supervisor via email within twenty-four (24) hours of any dying trees, shrubs, and plant materials. a. Regular sc1-vice includes trimming plant foliage for heights below ten feet (10'); including but not limited to; groundnovers, shrubs, canopy trees (except Magnolias) and palms. Also, removal of water sprouts, suckers, dead or diseased roliage, and branches. b. Groundcovers must be maintained eighteen inches (18") from the curb, c. Trim plants eighteen inches (18") from the irrigation heads to maintain uniform irrigation distribution patterns. d. Maintain vehicular sight line visibility at maximum requirements of eighteen through twenty -roux inches (18" —24") measured within the travel lane; trim them in relation to the plant material shape or form. e. Corrective pruning services performed to keep the natural shape and characteristics of the species. f: Prune groundcovers and shrubs to elotcen Inches (I 8") in height by October 1" each year prior to cooler temperatures, to ensure blooming plants are at the proper elevation during the heavy traffic seaso n. g. Groundcovers and shrubs maintain to a thirty-six inch (36") maximum height or as designated by the Division. h. Prune selectively to improve the plant structure health and to enhance fruiting, flowering, or appearance. i. Shrub pruning should be done consistently throughout each median for all shrub types, so the landscape appearance has continuity throughout that med ian, j. Shrubs within the turn lanes maintain to twenty -Pour (24") measured from the travel lane. k. Bougainvl lleas and Green island Ficus [maintain to twenty-four inches (24") throughout the year. I. Asian Jasmine and Perennial Peanut are to be top sheered with side edging/sheering. m. Prune ornamental grasses once a year, only after the blooming season, at the plant base to remove aid growth. Do not eu(_grasses in a nat top_rnethod. Varieties include, but are not limited to: Fountain, Muhly, Florida Gama, and Fakahatchee. n. Do not prune Liriope muscari without Division approval and guidance, o. Remove old leaves and dead flowering growth on the Blueberry Flax, Agapanthus, Bird of Paradise, iris, and other similar varieties. p. Tree canopies over pathways or sidewalks, maintain at a minimum height often feet (10'). q. Shrubs and groundcovers adjacent to pathways or sidewalks prune to maintain it one foot (1') clearance from the edge orthe pathway. It is recommended that adjacent shrubs and groundcovers are maintained at an angle or rounded away from the pathway. r. Groundcovers require minimal pruning, Groundcovers are not allowed to grow over curbs or onto paved areas. s. Landscaping requires an esthetically clean appearance, so remove pruning and tri mming debris immediately following the service. ITB 18-7253 Good [cite -Frank Road Landscape Maintenance 6 CAO 1.1.5 Street Cleaning Sidewalks, curbs, and gutters, including a four feet (4') area from the face of gutters, curbs, turn lanes, medians, and sidewalks must be cleaned Immediately following cacti service to prevent accumulation of debris, and to keep areas neatly maintained with safe conditions, a. No debris shall be blown or deposited on adjacent property, accumulated on right-of-way areas, or blown into roadways or travel lanes. b. Payment far this item is dependent upon no clippings on sidewalks, curbs, gutters, or roadways. Where plant material and m ulch exists there should be no debris on the curbs, sidewalks, or gutters. I.I.G 'Trash removal At each service, site areas require removal of trash or debris Including, but not be limited to: paper, bottles, cans, trash, horticultural and non -horticultural debris, leaves, rocks, tree branches and limbs, and various types other trash from the turf areas, plant beds, and hardscapes. a. Trash and debris disposal must be at a landfill or disposal site. Disposal fees, tipping, or charges are to be included in the bid schedule unit price. b, in order to receive payment, trash must be removed from the medians, within planting beds, sidewalks, and side ROW areas. li_:rig tia on System Maintenancc-&J Contractor is authorized to subcontract irrigation services; however, the right to subcontract does not relieve Contractor from responsibility or liability assumed undercontract. Contractor shalt remain liable for Nvork performance by subcontractor, and ensures subcontractor completes the work and meets timelines requested by Division representative per contract documents. Satisfactory performance is a requirement of contract by contractor/subcontractor; unsatisfactory work may cause deductions for non-performance. Work consists of weekly irrigation systems visual inspections to determine ifsystems are functioning normally, but may change at the Division's discretion. Work areas must be completed before moving to the next roadway area. Any minor repairs discovered during the weekly services must be repaired immediately. Minor repairs consists of, but not limited to, cuts, lateral/funny leaking pipes, replacing irrigation heads, clogged heads, damaged pipes, and flooded areas. Any damaged caused by the Contractor's or subcontractor's personnel while performing services shall be repaired immediately at no cost to the County. 1,1.7.1. Valves Valves can be operated manually at the valve box, and/or the surge board toggle, or m the conu•oiler_ The operation switch must be returned to the "automatic" position following service. 1 ailure to do so may create hazardous road conditions because of uncontrolled irrigation water running outside ofthe programmed schedule area. At Division's discretion, they may change the operating procedure so valves turn on virtually using a laptop or Smart device. tic Control Vgjye As semblies and ouick CpuplingValyes service re uire nts: a. Open zone control valve assemblies' boxes and inspect valves for leaks and proper settings. b. Clean valve boxes ensuring they are clean and free of debris, leaves, and mulch. c. Quick coupling boxes shall be checked ensuring they are free of debris and foreign objects. d. Keep grass and mulch out of valve boxes. e. Valvc boxes in sod areas to be kept at sod level. f. Valve boxes in plant beds to be kept two inches (2") above finished mulch level, and any encroaching vegetation shall be trimmed to ensure valve boxes are accessible. Upon approval, County will supply the valve boxes to mach the specified height. ITB 187253 Gondirue-Frank Road 1.andwape Maintenance 7 CAU 1,1,7,2. Minor Field repairs not completed in the same day must continue the next day. Each day repairs are incomplete; ConVaCtor/subcontractor must notify Division Representative and provide there with the work status. Division shall supply irrigation parts requested by contractor/subcontractor, and if parts are unavailable at the Division's warehouse, they shall notify Division representative so they can record those parts and work areas affected, Division Representative may authorize contractor Isubcontractor to move to the next roadway. Contractor/subcontractor is responsible to return damaged and replacement parts to Division's warehouse located at 4800 Davis Blvd, Nap los, FL; Monday — Friday, from 8:00 a.m. — 3:30 p.m. Failure to return parts as required for Division warehouse accountability, may cause contractor/subcontractor to pay parts costs. 1.1.7.2.1. Minor repairs include, but not limited to: replacement of heads, decoders, nozzles, solenoids, installation or replacement o f risers, repairs of lateral PVC pipe or funny pipe breaks, and clear any restricted sprinkler lines. a. Clear obstructions from or around irrigation heads that prohibit them from being able to rise to their full extent (i.e. sod runners, plant material, grass), b. Review system and repair any blown -off heads, broken lines, or leaks around heads or valves. c. Clean and adjust sprinkler heads and nozzles to ensure that landscaped areas receive one hundred percent (100%) Irrigation coverage and beads are not spraying onto roadways or walkways. If the irrigation heads are obstructed by the planting beds, it is the responsibility of the contractor to trim the plant material back to ensure that an 18" separation is always maintained. d. If longer nozzle is required contractor shall change nozzle using County supply parts. e. Replace defective andlor broken heads or nozzles, install or replace defective and/or broken risers and repair minor breaks or restricted sprinkler lines. K Inspect, clean, and replace, if necessary, screen/filters within the: sprinkler heads. g. Minor repairs include replacement of heads, bubblers, nozzles, decoders, and solenoids; installation or replacement of risers; repair of minor/lateral PVC piping breaks or subsurface piping or restricted sprinkler lines, replacement of damaged valve boxes/lids, necessary for proper and safe operation of the systems, h. flag problems and provide written record to the Road Maintenance Irrigation Supervisor. Unit price includes flags, primer, and glue. 1.7.3. Co ri vaptks ubcontractor ltes onsibil't Contractor/subcontractor has the sole responsibility to notify Division Representative of irrigation problems or additional irrigation maintenance needs they discover during weekly checks. It's their responsibility to ensure that the plant material is fiourishl ng And does not suffer from insufficient irrigation. They must correct any minor irrigation issues. When a major issue is discovered, they mast bring it to the Division Representative's attention immediately. Contractor/subcontractor may suffer damages for failure to notify Division. 1.1.7.4. Irrieation Crew Size and Communication Device Contractor/subcontractor ii-rigation service crew shall consist of u 2an-site ersa Crew shall have field communication devices while performing services, so Division Representatives may contact them in the field. Additionally, a laptop or Smart device will be required for virtual connection to the irrigation system. 1.1.7.5. lrrigation Crew Scheduled Work Segment work shall be completed in one (1) visit; if necessary, a consecutive day visit may follow. The purpose is to have the entire segments under contract completed at the same time. iTR t8-7253 Goodlette-frank Road Landscape Maintenance 8 1.1.7.6. Irrigation Cieneral Maintenance Report Sheets (QMRS) Contractor/subcontractor must complete one (1) GMRS sheet per controller. It must be completed in its entirety Identifying the conlroller that was inspected; G MELS must be emailed to Division Landscape and Irrigation Supervisors no later than 6:30 a.m, the next day to complete Final inspections. Contractor /subcontractor must he compliant as written so Division inspections are scheduled confirming work %vas completed. Failure to comply with these directives may result in invoice rejection for non-payment or non-performance deductions, 1.1.7.7. Contrac or's Schedule Email work schedules to Division's Landscape & 1 rrigation Supervisors by Monday at 6:30 a,rn, Schedules must list crew member names, service dates, times, and locations, ]rrigation services are weekly; however, dependent upon various situations that may occur, the schedule may be decreased or increased at the Division's discretion. a. Work schedules are Monday through Friday, when County offices are open. b. Any work schedule changers require notification via email to Division Supervisors and Inspcetor. This is a mandatory requirement to be compliant with the contract. 1.2 Section H. Site Specific Mointem nce Functions Contractor/subcontractor responsible in furnishing labor, supervision, equipment, tools, materials, and MOT as outlined in this solicitation. Use current techniques and standards approved by University or Florida, Institute of Food and Agriculture Services (UF/IFAS) and the International Society of Arboriculture (ISA) for these services, a. Must have knowledge and experience in hard wood canopy, palm pruning, fertilization, supports systems, and other aspects of tree care with the ability to recognize, diagnose and report tree defects caused by pest, tree and/or root structure, and diseases. b. Must adhere to ANSI accredited Standards A300 policies and standards, current edition, c, Florida Certified Arborist on staff to supervise and direct field personnel to ensure that work is completed per specifications to include, but not limited to, palm and tree maintenance services, tree and palm planting and staking, stump and root grinding. d. ISA Rest Management Practices e. Seven main objectives For pruning services are: I) reduce the risk of Failure, 2) provide clearance; 3) reduce shade and wind resistance; 4) maintain health; 5) inlluence Flower andlor fruit production; 6) improve views; find 7) improve aesthetics. 1.2.1. Tree and Palm Mdn&nqnce is divided into four (4) categories: 1. Basic Tree Pruning; 2. Structural Tree Pruning; 3, Palm Pruning; 4. Stump and hoot Grinding, Category I. Ba5ic Tree Pry nin in accordance with ISA Hest Management Practices, this category is divided into four (4) primary pruning methods which include: a. Cleaning, b. Thinning, c, Raising, and d. Reducing. a. Clean Cleaning trees is the selective removal ofdead, diseased, cracked, stubbed, hanging, and broken branches. This service can be perfor-med on trees of any age, but is most common on middle-aged and mature trees. This is the preferred method for mature trees because it does not remove live branches unnecessarily. The removal location ofbranches requires review and approval with Division's Landscape Supervisor. b, Thinnin>a ITB 15-7233 Good letle, Frank Road landscape Maintenance 9 Pruning is the selective removal ofsmalI live branches to reduce crown density. Proper thinning retains the crown shape and size and should provide an even distribution of foliage throughout the crown. i. Thinning includes removing dead or broken limbs one inch (l") in diameter or larger; if two (2) limbs are crowning or touching each other, shorten or remove one of them; originate within twelve inches (12") of each other on the trunk, shorten or remove one of them. li, Use directional pruning so future growth is directed away from the roadway, sidewalk, building, street lights, or possible obstruction. iii. Thinning increases the sunlight penetration and al r movement throughout the crown and with increased light and air stimulate, it aids in maintaining interior foliage. Iv, No excessive branch removal on the lower two-thirds (213) of branch or stem (lion tailing). This may cause adverse affects on the tree and is not an acceptable practice. v. Thinning crown requires approval by Division Landscape Supervisor, and the percentage of foliage must be specified. The removal percentage is between ten — fifteen percent (1 o%-15%) percent, and should not exceed 25 percent (25%) of the foliage when using pruning to thin methods. c. Raisin Pruning to raise, elevate, or lift tree canopy by selective removal of branches to provide vertical clearance. i. Crown raising shortens or removes lower branches of tree to provide clearance for buildings, signs, vehicles, pedestrians, and vistas. Live crown to clear trunk ratio should be no less than 50 percent when raising is completed. ii. Structural pruning should be considered with raising according to ANSI standards. When raising, the desired clearance should be specified by Division Landscape Supervisor. iii, Branches over paved areas should be shortened or removed to allow approximately ten foot (ip') over sidewalks, sixteen feet (16') over travel lanes, or clearances specified by Division Landscape Supervisor. iv. Over landscape areas and sidewalks, limbs should be shortened or removed to allow for pedestrian and utility use. v. Trees within planting beds, an eight foot (8') clearance is required or as directed by the Division Landscape Supervisor. vi. Shortening ofbranching is the desired method of attaining adequate clearance. vii. When pruning is completed, approximately one-half (1!3) of the foliage should originate from branches on the lower two-thirds (2/3) of each tree. d, Re c' Pruning to reduce is the selective removal of branchesand stems to decrease the height and/or spread of tree or shrub. i. This type of pruning is done to minimize the risk of failure, to reduce height or spread, for utility line clearance, to clear vegetation rrom buildings, or structures, or to improve the appearance of the plant. Portions orthe crown, such as individual limbs, can be red aced to balance the canopy, provide clearance, or reduce the likelihood of breakage on limbs with defects. Occasionally, the entire crown is reduced. fl, Reducing or thinning should be considered ircabting would be performed. Crown reduction should be accomplished with reduction cuts, not heading cuts. IT13 18-7253 Goodlelte-Frank Road Landscape Maintenance 10 (9 1.2.1.2. Category 2. Structural Tree Prunin Structural tree pruning is the removal of live branches and stems to influence orientation, spacing, growth rate, strength of attachment, and ultimate size of branches and stems. The removal percentage is between 25 — 50 percent depending on the tree type. Structural pruning includes basic tree pruning techniques listed below. Note: Meter to Best Management Practices `"free Pruning" (Revised 2008) Companion Publication to ANSI A300 fart 1: Tree, Shrub, and Other Woody Plant Maintenance - Standard practices, Pruning; page 12 Figure 7. "Structural Pruning of Small Tree" and Figure 8. "Structural Pruning to be done to ensure more sustainable growth patterns," a. It is used on young and medium aged trees to help engineer a sustainable trunk Lind branch arrangement. Pruning large -maturing trees such as oaks reduces certain defects and spaces main branching along one dominant trunk. b. One goal is to reduce the number oftrunks so that a tree has a dominant leader extending well up into the crown creating a strong crown and durable form. c. Subordination can reduce branches, so they remain smaller than about hall` the trunk diameter, which helps prevent structural failure later. The subordinate or co- dominant stems are removed with structural pruning. d. Primary objective in subordination (shortening oning a drop -crotch cut) is the removal of one side of a codominant leader. i. Branches, trunks, or leaders not considered the main leader, two inch (2") diameter or as determined by the Projcet Manager or designee should be subordinated or removed. ii, The main leader shall not be subordinated or removed. Codominant leaders are considered to be two or more branches, trunks, or leaders of approximately the some size, originating in close proximity to one another. iii. Irthere is no stem considerably larger than others, then this would be appropriate to subordinate all but one of them. Division Landscape Supervisor approval where there is an included bark as part of the condition, preference should be given to the removal ofone side. 1.2.1.3. Category3. PalM Pruning Remove: fronds, flowers, Trull, stems, or loose petioles that may create hazardous conditions, Palms may be pruned far aesthetic reasons to eliminate sprouts and stems or dead fronds and seed pods. a. Live healthy fronds should not be removed. If they must be removed avoid removing those that initiate above horizontal. Fronds removed should be severed close to the petiole base without damaging living trunk tissue, b. Only those fronds with petiole drooping below horizontal 9:00-3:00 position should be removed. Remove seed pods including those originating among remaining fronds. When removing fronds and seedpods, care should be taken so those frond that are to remain are not nicked or wounded. c. Climbing spikes shall not be used to climb palms for pruning. 1.2.1.4. Calegory 4 Stm and Root Qrinding Contractor must have technical knowledge, ability, and experience in grinding of stumps and roots to remove the root system and stump. ITB 18-7253 GoodlCUCA-*rank Road Landscape Maintenance II ocr 1.2.1.5. Root Management Must possess a thorough knowledge and experience in root management, to include but not limited to air spade, structural pruning, diagnosis, and root management program. 1.2.1.6. Palm Mana eg ment Contractor shall have knowledge and ability to treat palm diseases through drenches, foliar sprays, injection methods, and provide a fertilization program for palms. 1.2.1.7. Tree Relocation Periodically, the County must relocate palms and trees within Collier County limits. Contractor must have the knowledge and ability to root prune the tree(s) before relocation. In most cases, Maintenance of Traffic (MOT) will be required in order to perform this work safely. Most in depth information will be provided at the time that services are needed. 1.2.2. Fertilization Follow OF/IFAS guidelines for turfgrass fertilization. Contractor/subcontractor must have valid licenses issued by Florida Department of Agriculture and Consumer Services for Limited Urban Commercial Fertilizer Applicator Certification (FDACS LUFAC). a. Provide fertilization services four (4) times a year in March, June, September, and December. Only twice (2) a year if using six (6) month application rate. b. Contractor shall ensure that fertilization scheduling does not exceed the fertilizer label rate prescribed and complies with state and local ordinances. It is important to note that local fertilizer regulations may prohibit the use of nitrogen fertilizers during the summer months. c. Division Representative may request additional fertilizer applications at any time. d. Applied at a rate of 1.5 lbs. per 100 square feet. e. Broadcasted throughout the median planting beds and turf areas. f. All tree pit areas should be fertilized evenly. g. No fertilizer ring around trees under any circumstances. If a ring is formed, contractor/subcontractor is required to return to the site and spread the fertilizer correcting the situation at their expense. This may include contractor/subcontractor purchasing additional fertilizer because applied fertilizer may not be able to spread. h. Fertilizer is purchased by Collier County under an Annual Contract and coordinated with the Contractor for delivery purposes. i. Immediately remove fertilizers from curbs and sidewalk areas to avoid staining. 1.2.2.1. Fertilization Applications Contractor/subcontractor shall use deflector shields on all application equipment to minimize inadvertent application of fertilizer on non -plant areas. Contractor shall blow, sweep, or wash back into the landscape any fertilizer deposited on paved or impervious surfaces. a. Use "Ring of Responsibility" around or along the shoreline of canals, lakes, or waterways. b. Ensue fertilizers and other lawn chemicals do not come into direct contact with the water. c. Apply fertilizer only when plants are actively growing. d. Clean up spilled fertilizer materials immediately as per University of Florida WAS recommendations. e. Store nitrate -based fertilizers separately from solvents, fuels, and pesticides, because nitrate fertilizers are oxidants and can accelerate a fire. f. After fertilizing (other than when watering restrictions apply), irrigate with at least a quarter inch (1 /4") of water following fertilization to avoid the loss of nitrogen and ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 12 SAO increase uptake efficiency, if water restrictions apply, contractor may Irrigate as permitted but no more than one halfinch (112") following fertilization. g. Do not exceed the annual nitrogen recommendations in the fertilizer Guidelines for Established Turfgrass Lawns in Three Regions of Florida as provided on the label, 1.2.2.2. Bc4, Tree, Shrub P41m. Flower Gro n over Vcrtilix ion IFlandscape plants show nutrient deficient symptoms, the Division Landscape Supervisor shall be notified within forty-eight (48) hours for appropriate action and approval to treat the materials to maintain plant health. a. Broadcast fertilizer uniformly over All the landscaped areas, and consider root location, fertilization objectives, and plant species when applying fertilizer. b. In areas where tree or shrub rcrtilization zones overlap with lawn fertilization zones contractor shall fertilize one or the other of the plant types, but not both. 1.2.23. Paim 17,et4i ization Palms have different nutritional requirements from other landscape plants. They suffer quickly and conspicuously from inadequate mineral nutrition, whether due to insufficient or incorrect fertilization. Division's Landscape Supervisor will provide the On-tilizadon schedule. Note; Fertilize palms with a granular slow-release fertilizer three to four times per year. An acceptable formulation is 8-0-12-4 (N, P, K, Mg plus micro -elements). 1.2,2.4. 'Turf_F_ rte ilization Notify Division Landscape Supervisor of any plant or turfgrass nutrient deficiency symptoms end provide the recommended measures for correction. a. Treat deficiencies of specific nutrients with applications of the lacking nutrient in accordance with University of Florida IFAS recommendations until deficiencies are corrected, or as directed from Division Landscape Supervisor. Must have prior approval. b. The number ofapplications of fertilizer depends on the type of plant material. Apply the minimal amount of fertilizer needed, or as directed from Division Landscape Supervisor. c. Adjust fertilizer rates according to health, maturity, and desired growth patterns. 1.2.2.5_ Frrflligralion for Establish During the establishment phase for shrubs, trees, and ground covers, fertilize landscape plant% with a slaw-rclease fertilizcr as per University of Florida if A5 recommendations. Shrubs and groundcovers shall have the fertilizer blown or fan rafted off following the broadcast application. Immediately after the Pertilizor is applied, the areas shall be watered. 1.2.3. Pe n r i It is required that the contractor/subcontractor performing services have the following licenses and certifications: State of Florida Pesticide License, Slate or Florida Certified Pest Control Operator, and Collier County rest Control License. Pest Control Firm shall make onsite inspections and provide written reports to the Division Landscape Supervisor monthly. ITB 18-7Z53 Goodlette-Frank Road Landscape Maintenance 13 1,2,3.1, Contractor strait provide an overall written pest and spray program that shall incorporate ant 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 far the health, safety and wet fate of the public and environment. c. Provide MSDS Sheets for chemicals upon request. d. Provide signage where applicable, 1.2.3.2. Contractor steal I make on-site inspections and provide written reports to Division's Landscape Supervisor, 1.2.3.3. Methods li ation One hundred percent (100%) coverage and penetration shall be provided, insecticides and Fungicides shall be applied at the proper pressure to provide maximum coverage. a. Insecticides should be alternated from time to time to prevent an insect resistance to the application. b. Herbicides used in turf areas shall be applied at the proper pressure. c. Turf herbicides shall not be app lied when the daily temperature exceeds eighty -rive (85) degrees. d. Spreader sticker (Nu -Film 17 or 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. R 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 o r application, provide and place, traffic control meeting Florida Department of Transportation, M.0 7.C.D and Indexes and the County MOT. h. All spray applications shall contain a 4vctting agent within the mix when recommended by the label or the Division Landscape Supervisor. i. The pl-I of water used in mix must be adjusted to meet pesticides manufacture recommendation and water pH and method must be documented and provided to the Division Landscape Supervisor. 1,2.3.4. Raw of Application All chemicals shall be applied at the rates recommended on the manufacturer's labels. 1.2.3.5. Materials List All insecticides, fungicides and herbicides chemicals tet be used on turf areas and on plant materials shall be submitted in writing to Division Landscape Supervisor for review and approval. All chemicals used shall be approved far use by the Environmental Protection Agency roe its intended use and area of use. 1.2.3,6. Application SQhedule Division's Landscape Supery isor shall provide approval before applications occur. Contractor /subcontractor that apply chem leak without schedules and prior approval may have invoices rejected by the Division and services not paid. 1,23.6.1, Turl'Areas; Insecticides & Fungicides - Applications on an as needed basis; Flerbicides - Application on an as needed basis, Post -emergent in November, January and March or on an as needed basis with approval. 1.2.3.6.2. roundcove's Shrubs and Tr s; Insecticides & Fungicides - Applications on on as needed basis with approval iTB 18-7253 Coodlette-Frank Road Landscape Maintenance 14 OAO 1.2.3.6.3. Bed Areas: Herbicides — Applications on an as needed basis, Pre -emergent in February and September, Post -emergent in November, January and March or on an as needed basis, prior approval by the Division's Landscape Supervisor. 1.2.3.6.4. Ornamental & Turf Spraying Overall Ornamental & Turf Spraying of plants, shrubs, and grassed areas within areas included in the contract. a. Applications on 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. b. Applications shall be made to turf the day following irrigation or a rain event when grass blades are dry. In areas where applicable, immediately after the fertilizer is applied, the sprinklers shall be activated to provide 1/4" of water to the soil's surface and to dissolve water-soluble particles. c. In areas where applicable, immediately after the fertilizer is applied, the sprinklers shall be activated for thirty (30) minutes to bring organic fertilizers to the soil's surface and to dissolve water-soluble particles. d. After watering, controls shall be retu rned to automatic mode. e. Remove fertilizers from curbs and sidewalks to avoid staining. 1.2.4. Pests Management Contractor shall use pesticide applications in accordance with the rules and regulations governing use of pesticides in Florida, and follow all provisions of Florida Statutes. Contractor Responsibilities a. Use Integrated Pest Management (I.P.M.) principles and methods. b. Use a pest -control strategy only when the pest is causing damage or is expected to cause additional damage than can be reasonably and economically tolerated. c. Implement a control strategy that reduces the pest numbers to an acceptable level while minimizing harm to non -targeted organisms. d. Post appropriate application signs with each treatment. e. Keep records of pest problems identified and control treatment applied. f. Record in the records whether the "corrective actions" actually reduced or prevented pest populations, were economical, and minimized risks. g. Provide a copy of the records to Division. h. Refer to past corrective actions when making similar decisions in the future. i. Dispose of used containers in compliance with label directions to prevent water contamination. j. Follow current University of Florida IFAS pest management recommendations as per IFASPublication ENY- ENY-298, Landscape Integrated Pest Management, at http://edis.ifas.ufl.edu/in109. 1.2.4.1. Pest and Spray Program 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. d. List application methods. ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 15 1,2,4,2, Documentation Records must be kept of all pesticide applications. Documentation shall include but not limited to: date and time of application, weather conditions at time ol'application, chemical applied and name of applicator. This shall be included with the monthly invoice for payment. Notc: Failure to submit pesticide documentation may deem invoice rejection and non-payment for applications. 1.2.4.3, Turf Areas Insecticides &. Fungicides • Applications on an as needed basis, with prior approval by the Division Landscape Supervisor. Once approved and sprayed, contract orlsubcontractor must submit documentation that states: 1. Date and time orapplication, 2, Weather conditions at time of application, 3. Chemical applied, quantity, 4. Applicator name. a, Herbicides — Applications on an as needed basis with prior approval by the Division Landscape Supervisor, to include: 1. Pre -emergent are to be applied in February and September 2, Post -emergent are to be applied in November. January, and March. b. insecticides & Fungicides - Applications on an as needed basis, with pre -approval by the Division's Landscape Supervisor. c. Groundcover BW Areas: For example, Lantana, Asiatic jasmine, any perennial or ground cover bed areas that are more prone to being infested by weeds. 1.2.5. Weed management Contractor shall use IPM methods to reduce weeds in turf area, if significant and continuing weed problems occur, Contractor shall notify Division Landscape Supervisor and request authorization for use: of a pre - emergence herbicide, After Division Landscape Supervisor authorizes use of the herbicide, contractor shall apply the herbicide per label instructions and in accordance with local and state ordinances. a. Optimal insect pest control is most likely achieved in landscapes following IFAS recommended cultural practices to promote healthy plants and conserve natural biological control organisms. b. Contractor shall use iPM practices to manage insects i n the landscape, which include: I. Proper insect identification 2. Active monitoring for insect activity and abundance 3. Utilizing mechanical and cultural practices frost, when available 4. Preserving natural, biological control organisms S. Spot -treating insect pest -infested areas when possible, rather than cover spraying the landscape c. When possible, contractor shall use selective, reduced -risk insecticides rather than broad-spectrum, non-selective products. This conserves natural predators and parasitoids in the landscape that are attacking other plant pests. d. Contractor shall treat fire -ant mounds individually as they occur with ball formulas. Place fresh bait surrounding the mound without disturbing the mound hscl f e. Contractor must broadcast baiting in the beginning ofspring and broadcast treatment in recreation and cornmon areas only as needed. f. As needed, the contractor shall treat sap -feeding posts like southern chinch bug, mealybugs, and scale insects using systemic or translaminar products that get into plant material to be ingested by the insect, g. Contractor shall utilize up -Io -date UF/IFAS management recommendations for specific landscape insect pests. ITB 15-7253 Good lette-Frank Road Landscape Maintenance 16 CAC) 1.2,6, t Disease Correct cultural practices are the key to control or plant diseases, especially proper irrigation. Root ruts and foliar learspots in turtgrass and plant beds often occur when excessive moisture is present for extended periods. Contractor/subcontractor shall notify Division Landscape Supervisor of any outbreaks that occur and may recommend reducing the frequency of irrigation. If disease is significant and persistent, contractor /subcontractor may apply a fungicide that is approved by Division Landscape Supervisor. 1.2,7. Crew Size and Man Hours Contractor shall provide with each site visit a minimum Drat least a two (2) personnel work chew. 1.2,8, Growth_ Regulator TrimtecOD or Equivalent to be used for Shrubs, Groundcovers, and Belding Plants, Follow manufacturer's recommendations for application and amount of water needed. 1.2.8.1. Application Timing: a. Natural Appearance: Apply when shrubs reaches desired appearance. Slow growth will start 2 weeks later, b. Manicured Look: Prune back shrub, allow re -growth then tip back. Apply Growth Regulator. c, Sheared Look: Dormant Shrub Trimming: Apply Growth Regulatorjust after bud break and leaf expansion. Growing Season Shearing: Shear shrub to formal look. Apply Growth Regulator within one week alter trimming. 1.2.8.2, Foliar Application: a, Apply to dry foliage, just atter bud break and leaf expansion during the growing season. b, Berorc applying Growth Regulator, remove any dead leaves, trash, and any other debris that could prohibit spray, c. Apply within 1-2 weeks after pruning for best results. d. Apply as a spray-to�drip application, ensuring the foliage, canopy, and all woody stems are thoroughly covered. c, Completely spray the entire plant. L Avoid application if rain is imminent. g. Spray to drip on leaves, green twigs and shoots. 1,2,9. Chemical Records Document ion Records of all applications shall be kept according to state or federal regulatio ns. According to the Department of Environmental Protection, the Records may include, but are not limited to, the Following information: a, Applicatlon date and time b. Applicator's name c. Personnel that is directing or authorizing the application d. Application weather conditions at the time of application e. Target pest F. Chemical used (trade name, active ingredient, amount of formulation, amount of water) g. Adjuvanllsurfactant and amount applied, if used h. Area treated (acres or square feet) and location i, Quantity of pesticide used j, Application equipment k. Any Additional remarks, such as the severity of the infestation or life stago of the pest L follow-up date to check the effectiveness of the application. 1'1'13 18-7253 Goodlette-Frank Road Landscape Maintenance 17 (CAO 1.2,10, Pressure Cleaning Division Landscape Supervisor shall request services for pressure cleaning hardscapes such as bricks, curbing, pavers, sidewalks, and paved areas to remove tire marks and other deposited dirt. No work shall start unless requested by Division. Any hardscapes damage discovered by contractor while providing services, they shall immediately notify Division's Landscape Supervisor. Uttit price is lump sum inclusive of all costs to complete the work. a, Sealing of paving areas may be at the direction of the Division's Supervisor on a time and material basis. b, Pressure cleaning equipment must have adequate power to remove pavement markings without destabilizing the pavers. Contractor maybe required to re -sand paverjoints, if destabilized, c. Upon finding damage to the brick ourbing or paving, immediate noti lication to the Division's Supervisor is required. Following the notification, and With approval from the Division's Supervisor, the contractor shall clean -Lip debris if present, and/or flag off the areas with protective barriers and/or high visibility hazard tape. An hourly labor rate shall apply all inclusive of equipment, materials, and disposal tees. d. It is at the Division Landscape Supervisor's discretion to utilize the contractor•, use in-house labor, or quote work for the removal, replacement, and/or repairing of brick curbing and pavers. 1.3. Section ill. Additional Services 1.3.1, Plant Materials & 5erylces Plant materials replacements and services unit price shall include: a. Provide p'lorida G rades and Standards # I plant material, deliver, and labor to install. b, installation of 2 bubblers for trees and palms c, Staking, if needed, includes labor and staking materials d. County specialty mulch and labor to install two inches (2") in replacement area(s). e. Hand watering or water truck when irrigation is non-functional or i r it does not exist. f. Hand watering at planting for stabilization g. A written watering schedule recommendation of installed materials through establishment that includes the irrigation controller and zone number_ h. Modify existing irrigation for materials installed, and adjust for 100% water coverage. i_ Existing plant material and debris removal, hauling, disposal, and disposal fees. j. Provide one (1) year warranty on materials. k. Maintenance of Traffic (MOT) and mobilization. 1.3,2. Lan sc P rso nnel L bo • I fours Line items shall be used for miscellaneous landscape maintenance work as directed by the Division's Landscape Supervisor. 1.3.3. [n,igg1jQn Pgr§onriel Lab • 1 [ours & Irrigation Equipment Line items shall be used for major repairs as outline below or other irrigation work as directed by the Division's Irrigation Supervisor. a. Major irrigation repairs may include, but not limited to; Valve cleaning and repairs, controllers, electrical wiririg, and main lines. b. Major repairs are more extensive work and they are not included in weekly irrigation services. c. Major repairs line items include Irrigation Supervisor hourly rate, Irrigation Technician hourly rate, and Irrigation Equipment usage rate. d. Irrigation Equipment hourly usage rate shall only be invoiced when the equipment is heing used during the cou rse of worlt. ['I'll 18-7253 Goodlettc-Frank Road Lmdseape Maintenance Is SAO 13.4. Mulch Division may requests convactor supplied mwlqb with labor to install -or labor only to inst n n supplied m -rich, Division reserves the right to utilize other contracts for these services, Forestry Resources is the supplier for this organic Premium Grade A mulch, that is color enhanced, and named "Collier County Brown or Old Florida Blend Mulch" (Formula: 40 Rojo, 7 lb, 100% Pine). An approved equal may be bid that meets or exceeds the specifications; a sample must be submitted for color verification and consistency along with specification documentation. a. 100% Pine from commercial logging or harvesting derived of recycled materials such as land clearing, It must contain only natural wood fibers, contaminate free, and cured in order to eliminate seed germination of invasive plants or weeds. b. Shredded to a size no larger than three and one-half inches (3-1/2"), and not too thin that it degrades rapidly. c. Use organic mulch In areas where there is no mulch or new planting requires four inches (4") of non -compacted or unsettled depth that is measured from the existing soil grade. Before mulch placement, remove all weeds and take level to establish the correct finished grade. d, Non-organic mulch such as, but not limited to, washed shell or gravel place in landscape areas so there is a three inch (3") non -compacted depth. Re -mulch or top dress non-organic mulch areas to ensure a three 1 nch (3") depth is maintained. e. Re -mulching of plant beds and individual plant mulch rings applications shall have a two inch (2") non -compacted mulch layer applied once a year during the months of March or April and November or December. f. Leave two inches (2") of space between mulch and the trunks of plants. g. Leave twelve inches (12") to eighteen inches (1$") of space from ►rce trunks. h, Apply new mulch in a level profile consistent with pre-existing grades, so that the final depth of both existing and new layers will be a minimum of two inches (2") but will not exceed 3 inches (3„ ). i. Do not apply new mulch material against trun ks or plant stems; taper down to the soil at those locations. j, Locations where the existing mulch bed is in contact with paved surfaces (Le,, sidewalks, roadway edges, or curbing and driveways), contractor Shall lightly trench the mulch -hard surface bed line to better contain the existing and applied mulch. k, Rake or sweep mulch off paved areas and turfgrass into beds each day as the mulch application progresses, and break up existing mulch that is matted. I. Rake smooth mounded areas so khat depth does not exceed three inches (3"), m. Ila not pile mulch against any plant branches or trunks. n. Maintain mulch areas one foot (1') from edge of curbs. o, Maintain median planting beds, as a pathway for maintenance workers. This will aid in keeping plant material from encroaching into roadways. p, Do not place mulch on or over valves, valve boxes, or around trunks of shrubs, trees or palms. q. Improperly installed mulch must be corrected immediately alley Division notification, at no additional charge to the County. r, Mulching services to be completed by the Division's established timelines. 1.3.5 Tree and Palm Maintenanw Services Work may require re -planting, re -standing, and staking for fallen or leaning plant material, trees, and palms. Unit price incl tides materials to complete the work, equipment, machinery, cranes, fuel, labor, equipment operators, Maintenance ofTraffic (MOT) and its equipment (i.e. arrow board, cones, etc..), Nvater wagon or truck, and white spray paint to mark and identify irrigation lines that are visibly broken, If County's irrigation system is not functioning while performing services, the controctor/subcontractor is responsible to water the trees or palms that are being replanted and staked ITB 18-7253 Goodlette-Prank Road Lendscapo Malntenancc 19 (9 to eliminate air pockets and to allow the soil to settle. Contraotor shal l provide the watering equipment and the services. 1.3,5.1. Reconstructive/ Restoration or Reduction Pruning Rererto IFAS Storm Publication, by Dr, Ed Gilman; American National Standards Institute. 2001. American National Standard for tree care operations—Tree, Shrub, and Other Woody Plant Maintenance—Standards practices (Pruning).ANSI A300 (part I ). New York: American National Standards:nstitute, a. Restoration Pruning is a pruning method that can be applied to trees that have the ability to develop and regrow into viable productive trees. This may include root pruning. b. Reduction Pruning decreases height andtor spread on an entire tree, or one section only, using reduction cuts 1.3.5.2, hazard Pruning Refer to IFAS Storm Publication, by Dr. Ed Gilman; American National Standards Institute. 2001. American National Standard for tree care operations—Tree, Shrub, and Other Woody Plant Maintenance—Standards practices (Pruning).ANST A300 (part 1). New York: American National Standards institute. it. Hazard pruning is eliminating the hazard limbs such as a broken limb. There Is no other pruning other than removal orthe hazard. 13,5.3. Root Pruning, Replanting, and Staking or Pal ms and Trees Refer to IFAS Storm Publication, by or, Ed Gilman; American National Standards institute. 2001. American National Standard for tree care operations—Tree, Shrub, and Other Woody Plant (Maintenance—Standards practices(I'runing),ANSI A300 (part 1). New York: American National Standards Institute. a. Includes root pruning to cut, remove circling roots, and or defective roots. b. Root Pruning removes root defects near the trunk base, then replanting or standing the plant material, and staking as appropriate with 2x4, 4x4, or lodge poles. 1.3.5.4. Removal (Trees & Palms) Removing trees and palms that no longer have viable life, that pose risks to a public right -of way, damaged trees that cannot be pruned or developed into a safe viable crown with restoration pruning, and crown reduction may cause property damage or personal injury in the near Future. All inclusive costs include labor, equipment, machinery, rootball and stump removal, soil repincement, loading and hauling debris to disposal site, and disposal rces. 1.3.5,6, Stump Tip Over's Tree and palm stump tip over work consists of removing rootballs and stumps that were damaged From accidents, wcather events, disease, or damage. Cost inclusive or labor, equipment, machinery, removal of rootball and stamp, loading and hauling debris to disposal site, and disposal fees. 1.3.5.7. Soil Replacement,, Cost inclusive of pr(roirling. M)iL eLltiipmcnl, rniitexials, and labor to deliver and install. 1,3.5.$. febris Removal Cost includes labor, equipment. materials, debris loading and hauling to disposal site, and disposal fees. 11'13 IS -7253 Good lette-Frank Road Lmdscdpc Maintenance 20 Is 1.3.6, Eauioment & Labor Contractor's hourly unit price shal I be al I inclusive of equipment, equipment Operator, fuel, labor, supplies, and portal to portal. The equipment hourly usage rate shall only be invoiced when the equipment is being used during the course ofworic. 1.3.7. Traffic Accident Clcanun Work consists of hourly labor for removal of damaged plant materials and accident debris, equipment to cleanup site from traffic accident, hauling disposed debris and materials to a disposal site, blowing mulch from roadway and hardscapes surfaces, re -installing non -damaged plant materials that have a viable life, and arranging the other disturbed materials to the correct landscape design. 1,3.8, pavers Replacements An hourly labor rate For removing damaged pavers and installing new pavers. Cost inclusive of labor, equipment, to remove and dispose ofdamaged pavers, install new pavers, and haul disposed materials to a disposal site and disposal Fees included, and worksite cleanup. County may supply pavers ar Con tractorlsubcon tractor will be requested to purchase pavers using Materials Markup Percentage bid line item. Reimbursement for pavers will require invoice with contractors bid percentage markup and receipts of items purchase showing actual costs to verify the cost invoiced to County. failure to submit backup receipts for non -bid line items, invoices will be rejected. 1.3.9, Materials Markt _)'p etccnkau Contractor roust input a markup percentage for non -bid line items not to exceed fifteen percent (15%). Percentage amount is not factored into the award, however, the bid will not be awarded to contractors ifomitted or exceeds the allowable limit. Post award reimbursement of non -bid line items purchases shall require the contractor to submit the receipts showing cost of goods to verily markup cost(s). Failure to provide receipts as backup may result in invoice(s) rejection. 1.4. Section IV. General information 1.4,1. Work Area_C.4n iti ns Contractor/subcontractor agrees and accepts awarded work areas are in an "as is" condition. It is their sole responsibility to complete a site visit and inspection of these areas before bid submission. 1.4.2. Crew Size Crew size for routine, basic landscape maintenance services is a minimum six (G) employees. Work shall he completed within one (1) visit, so the entire segment in completed at the same time, Additional days may be authorized by the Division's Landscape Supervisor. The purpose for this statement is to have the entire segments under this contract completed at the same time. Note: Crew sines for other services such as irrigation and pest control are listed in the bid specifications. 1.1.3, Contractor's Employees Employees shall be fully trained, licensed and certified, insured, effectively communicate with County slafF, and capable of safely operating equipment and vehicles, 1.4.4. Safety Dain Sheets NDSO formerly known as Material Safety Qiita Sheets_(MSI]5sll IT8 18-7253 Goodiette-Frank Road Landscape Mahitcnance 21 � ,rtl Division may request contractor/subcontractor to supply chemicals, so they will need to Curnish the Division with SDSs for all herbicides or chemlcals that will be used to the Division Landscape Supervisor, This is a requirement of the Hazard Communication Standard (HCS) for chemical manufacturers, distributors, or importers to provide communication of hazardous chemical products documentation for all products and chemicals utilized in the performance ofthe contract. I,d.S. SaFety Contractor shall use caution while working in County Right -of -Ways and roadways. Contractor/subcontractor shall use extra caution when spraying chemicals to avoid harm to others and avoid damage to nonrtargeted plant materials. Chemicals spills shall be, reported by contractor/subcontractor employees to the Division and Florida Department of Environmenial Protection (FEDP), ifrequired. Any damages that require repairs at- replacement shall be the contractor/subcontractor responsibility, and no cost to the County, 1.1.6• Maintenance orTrafllcl.MOT) MO'r Intermediate Level Certification will be required I'or services in the ROW and medians. Contractor/subcontractor shall have MOT devices for adequate traffic control, and depending an the roadway, it may include: signage, arrow boards, message bnnrds, warning devices, barriers and tiagmen, Ft, MOT Is required Cor the safety and protection of Contractor's employees and motorists during the: performance of services in the ROW and medians. b, Contractor's sole responsibility for safety in the work 7.nne. c. MOT shall conform to the latest edition of the FDOT, Design Standards, 600 series and The Manual an Uniform Traffic Control Devices (MUTCD) d. Contractor or sub -contractor will be required to have current FDOT approved MOT Intermediate Level Certification for FDOT, Design Standards, 600 series for work in ROW medians and roadways, e. Contractor's employee responsible for the setup and maintenance of the traffic control plan shall possess FDOT appruved certification in their name and they must be readily available within twenty (20) minutes ofthe initial contact for work zone safety issues. 1.1.7. Inane Closure No lane closures are permitted between the hours of 7M AM thmugh 9:00 AM and •330 PM through G:30 I'M on weekdays. Lane closures require Maintenance of Traftic (MOT) with the proper placement of lane closed signs, pre -warning signs, arrow boards, traffic sones, and etc. It is mandatory that your company notifies Growth Management Department, Customer Service Specialist or designee, on Wednesday prior to lane closure(s) so it can be announced in Collier County's public Road Alert Notification. Notification is completed by filling out the ROAD ALERT form and submitting It by email or fax. The form is self-explanatory; please fill out in its entirety. If you e-mail the form please send to all e-mails listed on the form: gruwthmanagcment cr colliergov,net , Caroline Blevins at cE>.rolincblevins@oolliergov.net, Connie Deane con niedeanecrcolI!ergo v,net, or by fax: 239-252- 2726, lCyou have any ROAD ALERT questions, please call: 239-252-8192 or 239-252-8305, 1.1.8, D.4mapes Contractor negligence in performance of services causing damages shall be repaired or replaced at the Contractor's expense within seventy-two (72) hours. Some examples of negligence, but not limited to; Plants, shrubs, trees, grass or foliage dying due to contract performance neglect or damrsge by the contractor, contractor's employees, or subcontractors; ITB 18-7253 Goodlete-Frank Road Landscape Maintenance 22 G'�p failure of contractor to provide ramps or other devices to gain access over the curbs into medians causing curb or turf areas damages will be replaced at the contractor's expense. 1.4.9. Accident Re ring, Contractor shall be responsible each week to contact the County personnel 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 Division Supervisor, at no additional cost, If assistance be requested by law enforcement, emergency personnel or others, the cost shall be included in the bid. 14.10. Key Pew os nnel Contractor/subcontractor shall provide the Division with key personnel and an assign a Project Manager, Supervisor and/or Crew Deader, a, Contact information must be provided to Division at the conit'act kick-off meeting. it must include emails, business and cell phone numbers. b. contact employees must be English speaking and effectively communicate with Division staff. c. Work issued to the Project Manager and Supervisor(Crcw [reader must have thein full attention ensuring the schedule progresses daily, work remains constant, and bid specifications arc followed. d. For key personnel absence, contractor/subcontractor shall immediately notify Division with substitution personnel providing (heir names and contact information via email. e. Division reserves the right to remove key personnel from contract that fail to effectively communicate and ensure services are performing per contract specifications. 1,4,11. Meetings Meetings throughout the contract term may be requested by either patty and may require mandatory attendance at no additional cost to the County. 1.4.12. Naticeto Begin Work tNTBW) A Notice to Begin Work will be issued for work to commence. A commencement and completion date will be included in the notice. No work shall commence without anNTBW or authorization from the Division Supervisor, 1.4.13. W rk D le s/7`ime Ext ins Inclement weather, Acts of Force Majeure, or unforeseen circumstances at no fault of the Contractor/subcontractor causing work delays that may result in exceeding final completion date timelines assigned by Division. a, Contractor/subcontractor shall immediately notify the Division Supervisor of any work delays, and within twenty-four (24) hours they must follow-up in writing via email with an explanation ofthe delay to request a time extension, b, Division Supervisor will review the request to determine if the delay Is at no fault of the contractor/subcontractor. c. iftlme extensions are granted, a revised Notice to Begin Work will lie issued with the revised Final completion date. 1,4.14. TurfQrass Sod Spec�ttcations Tuefgrasses shall be Number I Quality/Premium grade and meet the requirements in the specifications. Sod ordered shall be we&establishcd, well rooted, healthy, nursery or field grown on 90% natural sand. Sod grown in peat bedded soil will not be accepted. fTB 18-7253 Goodlette-Frank Rood Landsoapc Maintenance 23 Ij a. Sod shall be of the specific grass type ordered and in uniform green color with healthy blades. No dead turf, bare spots, or dormant sod. b. Completed areas where sod has been laid are healthy, evert in color, level, and viable turf is being established. c. Sod shall be free of diseases, trees or shrubs, stones, thatch, and pests such as insects, nematodes, chinch bugs, spittlebugs, mites, billbugs and white grubs, webworms and other lawn caterpillars. It shall have less than one percent (I %) of invasive weeds. d. Top growth (grass blades or foliage) shall have no more than ten percent (14%) chlorosis, and contain no thatch or dead vcgetation layer between each pad. e. Sod must be mowed at a height of two inches (2"), or at the recommended height of the sod grower, prior to harvesting to ensure uniform heights when transplanted. f. There shall be sui'licient density so no surface soil is visible when mowed to a height of two inches (2"). g, individual sod pad size shall be cut to industry standard widths and lengths with a deviation n❑ greater than +i- 5%. H Token or uneven -ended pads will not be accepted. h. Sad pad thickness for the Following: St. Augustine and Bahia shall be no less than one Inch (1") In depth and Bermuda shall be no less than one half inch (1/2") in depth. This requirement allows for rapid rooting to occur ager installation due to a thinner soil layer. All other sod variations will be cut according to industry best practices. i. Pad strength for standard size pads shall be mature, well rooted, and contain a soil layer thick enough to provide a strength that will suppoii the pad's weight and maintain its size and shape when the pad is suspended vertically by hand on the upper ten percent (i O°ln) of the pad section without tearing apart. j. Moisture Content for the soil side or the sod should be damp to moist and it must contain enough moisture so that the soil is not excessively dry or wet. Sod will not be accepted if it does not contain the proper amount of moisture and the soil layer has become hardened or loose. l.�i.l5. Schedules Contractor/subcontractor shill I provide work schedules before starting work issued under this contract. Services for this contract require inspections so schedules are mandated. Failure to provide work schedules) may result invoice rejection and services not paid, a. Work schedules must be sent via em it jo Divi io 's Landscape ri ion Su ervis Monday at 6;30_t�m. Schedules must list crew member names, service dates, times, and locations, irrigation services are weekly, however, dependent upon various situations that may occur, the schedule may be decreased or increased at the Division's discretion. c. Work schedules are Monday through Friday, when County offices are open, d, Any work schedule changes require notification via email to Division Supervisors and inspector. This is a mandatory requirement for contract compliance. Notet Division reserves the right to change schedules as needed for seasonal, weather, or work conditions, or if it is in the best interest ot'the County. 1.d.1b. rner I Maintenarifc Rqport Sheets GM OMRS shall be completed on a weekly basis, signed by contractor/subcontractor, and it must be submitted via email to Division's Landscape or Irrigation Supervisor the next day following completion of services. Additionally, it must be submitted with the invoice on a monthly. im 18.7253 G❑odlette-Frank Road Landsoapc lvtct'tntenance 24 (9 Contractar's Supervisor or Project Manager is required to conduct on-site inspections with Division's Supervisor, weekly or monthly, to verify services are being performed satisfactory per the contract specifications. 1.4,17. Inspections Contractor shat l provide work schedules far services in writing to Division Supervisors prior to work commencement, so inspections can be performed on-site during the course of work. a. Any work deficiencies noted during an inspection shall be corrected before final acceptance at the Contractor's expense; such deficiencies will be corrected within 48 hours after receipt of notification. 1.4.1 S. Uto Ccntractor shall be responsible in exercising caution while in the vicinity of utilities. Before digging, they shall call Sunshine 811 at 811 or 800-432-4770, Monday -- Friday from 7:00 a.m, — 5:00 p.m, Sunshine 811 requires two (2) full business days advance notice. Any damage to utilities is the Contractor's sole responsibility, and at no cost to the County, 1.4A 9,Nort-Performagg Deductions De ctions m ass sed aifter one l en warn" It is the County's intent to have all tasks performed satisfactorily and completed in accordance with the spec! lications and time parameters. Tasks/line: items omitted or not performed fully completed to the Division Landscape or irrigation Supervisor's satisfaction or at the frequencies listed in work issued requests, may be subject to a deduction being assessed. a. County reserves the right to deduct a portion of any invoice for goods not delivered or services not performed in accordance with the contract requitements including the required timeframe. Non-performance deductions may be assessed for the followittig; Fails to complete the scheduled work within the time parameters as Outlined in the Notice to Begin Work. "ti. Fails to perform services to bid specifications. iii. Fails to complete work schedule line items per contract specifications b. Contractor/subcontractor failing to meet completion dates, work issued line items, or work requirements within the bid specifications may be liable and they agree to a one hundred dollar ($100.00) deduction from the invoice of each item. c. Con tract orlsubcontract informs the Division that they are unable to complete services; the County may choose to utilize County labor, quote work per the County's Purchasing Ordinance, or request services using another County approved contract. d. Contractor/subcontractor may be subject to reimburse costs to the County in order for set -vices to be completed. Cost reimbursement for County staff to perform the work is the actual cost of labor, materials, fuel, and equipment, I f County uses another contract, reimbursement costs to the County may be the dirference in contract costs For the same work, so additional costs the County may incur may be suhject to reimbursement to the County. County shall select the option that has the least costs to complete the services. 1.4,20. CQ erne nsation Invoices submission for payment approval must be 100% accurate and complete with details of services performed or commodities purchased. IT14 18-7253 Goodlette-Frank Road Landscape Maintenance 25 9 a. Payment shall be made for schedule I ine items or work compIated that is approved as satisfactory by Division Supervisors. b, Nan -bid line item purchases having am arkup percentage intlst have receipts submitted for costs verification, invoices will be rejected if they are not accurate and the proper documentation is not submitted. C. At minimum, invoices shall include: Division Name, Contract Number, Purchase Order Number, Work Order Number (if applicable), Details of Services Per rormed a Commodities Purchased, and if there are lion -kid Linc Items, the contractor's cosE for each item and the bid prmcniage tnnekup. ITB 18.7253 Goodlet[aFrank Road Landscape Maintenaneo 26 Exhibit A Goodlette-Frank ]load (Golden Gate I'Icwy to Pine l4ldee Rgpd) LOCATION D DESCRIPTION OF WORK AREA The area of work included in these specifications are located as described below and/or as shown an the pians attached to these specifications to include sidewalks, curbing, guardrails, landscaping, irrigation observation as described in this contract, CAT benches and shelters, being described as follows; Goodlette-Frank Road (Golden Gate Pkwy to Pine Ridge Road) It is the responsibility of the contractor to verify site conditions and quantities. The woric areas are awarded in as is conditions. The information provided may have been taken from design or as - built plans when first installed. Changes may have occurred throughout the years. Areas of Work. a) Improved medians 1-13 b) All side right-of-way areas on Goodlette-Frank Road from Golden Gate Pk►vy to Pine Ridge Road, c) Solana Road, two medians and side ROW mowing, d) All right-of=way areas indicated -in the Spur Road off of Goodlette Road adjacent to Water Quality Freedom Park e) Berm planting area at Goodlette Rd and Pine Ridge Road East ROW MEDIAN 4 PLANT BEDS SQ FT PAVERS SQ FT 23 3,847 SF 1,872 Sr 24 17,934 5F 438 SF 25 9,254 SF 181 SF 26 8,055 SF 186 5F 27 9,073 SF 170 SF 28 4,437 SF 175 SF 29 6,415 SF 197 5F 30 4,831 SF 182 SF 31 12,611 5F 193 SF 32 9,260 SF 211 SF 33 11,484 SF 191 SF 34 0 SF 0 SF 35 5,569 SF 139 SF N.Gate Plantings 13,684 SF 0 SF TOTALS: 121,454 SF 4,135 SF IT13 18.7253 Goad I r tte-Frank Road Landscape Maintenance 27 Side ROW Mowing Quantity: Median -ft East Bah.ist_Area West Bahia Area Arca Desuintion #123 19,466 SF 22,566 SF GG Pkwy, & part Spur Rd. 424 25,001 SF 53,103 SF 26'x' Ave. North 425 27,822S[- 63,060 SF Clubhouse Drive 426 23,887 SF 54,052 SF Ridge Street 427 103,611 SF 47,456 SF 01110 Street 428 37,214 5F 94,803 SF Hemingway Place 429 12,838 SF 28,654 SF Hale in the Wall P30 8,583 SF 31,085 SF kiddie KorrallDeVoe Saab #31 88,825 SF 47,212 SF BurningTree/Moorings Apt 432 38,786 SF 53,464 SF Granada Blvd. 1133 70,364 SF 70,392 SF Pompei Ln Northgate 434 0 SF 0 SF Pompei Lane (w) 035 3,904 SF 35,764 SF Pine Ridge Road Spur Fuad N- 99.247 til= S- 59.588 SF Spur U. improved Area TOTAL Side ltight of Way Mowing (Bahia): 1,061,941 $I, or 24.38 Acres TOTAL Side Right of Way Mowing Spur Rond (Bahia): 15035 SF or 3.b5 Acres TOTAL humher of'I'rees (Medjan): 34.4 Trac, TOTAL Side of the road trees: 319 Trees Median Palms/Trees PIRfifinzS Comments 23 (10) Alexander Crown of thorn (red dwarf) West (5) Alexander East 3 Alexander 24 (2) Alexander Juniper (8) Mantgomery Xanadu (10) Jatropha Crown of thorn (red dwarf) (7) Tabebuia Dwarf iirebush (2) Crape Myrtle West (6) Alexander }ast 0 25 (9) Alexander Crown of thorn (red dwarf) (3) Jatropha Green Island Ficus (2) Tabebtfla Juniper (3) Faxtail Allamanda (Yellow) (12) Montgomery Dwarf Firebush West (17)Alexander Last 0 26 (2) Alexander Juniper (12) Montgomery Green Island Ficus (5) Crape Myrtle Allamanda (Yellow) West (12) Alexander Perennial Peanut East (9) Alexander (4) Fox(ail 27 (7) Alexander Green Island E'ICUS (3) Jatropha Muhly (6) Tabebuia Juniper (5) Crape Myrtle Crown of thorn (red dwarf) (1 1) Montgomery Allamanda (yellow) ITB 18-7253 Goodlette-Frank Road Landscape Maintenance 28 West East (I5) Alexander (7) Alexander (3) Foxtail 28 (9) Alexander Crown of thorn (red dwarf) Ohio Drive (3)Tabebuia Green Island Ficus (9) Crape Myrtle Muhly (16) Montgomery Allamanda (yellow) West (16) Alexander Firebush (dwarf) Cast 9 Foxtail Perennial Peanut 29 (6) Alexander Crown of thorn (red dwarf) (6) Jatropha Green Island Ficus (7) Montgomery Ailamande (yellow) (4) Tabebuis .Juniper (2) Crape Myrtle West (12)Alexander East (5) FoxtalI 3 Alexander 30 (3) Jatropha Crown of thorn (red dwarf) Solana Rd (9) Montgomery Green Island Ficus (2) Foxtail Allamanda (yellow) West (4) Alexander (I) Foxtai I East 2) Foxtail 31 (1 1) Alexander Crown of thorn (red dwarO (3) Jatropha Green Island Ficus (4) Montgomery Allamanda (yellow) (9) Tabebuia (10) Crape Myrtle West (19) Alexander (2) Foxtail East (3) Alexander (7) Foxtail 32 (6) Alexander Green island Ficus (6) Jauropha Dwarf Firebush (3) Montgomery Juniper (3) Tabebuia Variegated Abricola (22) Subal West (15) Alexander East 9 Li ustrum 33 (5) Alexander Crown ofthorn (red dwarf) (7) Montgomery Variegated Abricola (5) Tabebuia Green Island Ficus (5) Sabal Muhly (10) Ribbon Juniper (13) Alexander West (6) Foxtail East 5 1_,i ustrum 34 NIA N/A Concrete 35 (10) Montgomery Green Island Ficus (5) Sabal Crown of thorn (red dwarf) (5) Foxtail Juniper Variegated Abricola ITIS 18-7253 Goodleue-Frank Road Landscape Maintenance 29 (9 Spur Road (27) Royal NIA BnhiRlBRaement #1 (2) Oak Perennial Peanut 3,262 SP 37 Solana (5 1 ) FoxtaiI 37 1,538 51= 4,672 SF 12) ] i ustrurn 2,681 Sr 38 42 (6)Thdnax Coontie 1,092 SF Solana (5) FoxtaiI Asiatic jasmine (variegated) 27 287 SF I I I SF (3) Crape Perennial Peanut 7 65 SF 51,042 SF (1) Tabebuia Allamanda 20,226 SF 15,044 SF 1161256 SF Blueberry Flax 42 11,321 SF 0 SF Iris 316 SF Berm (10) Alexander Crown of thorn (red dwarf) 87,521 SF 454 SF 44 Green Island Ficus 0 SF 53,576 SP 1,040 SF Abricola 6,515 SF 0 SF 14,644 SF Firebush Pond Site 2 Ur Coodiette-Frank Road Pine Rid a Rand to Yfluderbilt Beach Road) LOCATION AND DESCRIPTION OF WORKAREA The area of work included in these specifications are located as described below and/oras shown on the pians attached to these spccil"tcations to include sidewalks, curbing, guardrails, landscaping, irrigation observation as described in this contract, CAT benches and shelters, being descrihed as follows: Coodlettc�Frank Road (Pine Ridge Road to Vanderbill Beach Road) Arcms of Work: a) improved medians 36-44 h)AII side right-of-way areas on Good lette-Frank Road from Pine Ridge Road to Vanderbilt Beach Road. c) I lickory Road berm, one planted berm area and ROW mowing around the berm to be included in bahia side ROW mowing, d)A11 dry and Nvet retention areas Mcdian # Bed Area St Augustine BnhiRlBRaement Brlek Pavers 36 3,457 SF 3,262 SP 37 483 SF 1,364 S!± 37 1,538 51= 4,672 SF 24,192 SF 2,681 Sr 38 3,214 SF 3,055 SF 53 268.48 SF 1,092 SF 39 850 Sl; 27,287 SF 27 287 SF I I I SF 40 9,539 SF 7 65 SF 51,042 SF 362 SF 41 20,226 SF 15,044 SF 1161256 SF 682 SF 42 11,321 SF 0 SF 34 206.16 SF 316 SF 43 9,391 SF 0 SF 87,521 SF 454 SF 44 10,642 SF 0 SF 53,576 SP 1,040 SF Pond Site 1 Wel 6,515 SF 0 SF 14,644 SF 0 SF Pond Site 2 Ur 11,822 SF 0 SL~ 67,031 SF OSP Pond Site 3 Dr 4,955 SF O SF 49,034 SF 0 SF TOTAL: 1 93,470 SF 1 60,585 SF 625,540.64 SF 8,098 SF Special motiving attention is needed on the west ROW as there is a lot of natural vegetation that needs to be mowed and kept under control these square footages are included in the chart above but below Is a breakdown (pricing for this mowing shall be included in the ROW mowing in the hid tab: PCB 19-7253 Goodlette-Frank Road Landscape Maintenance 30 9 Description of Arco W X LP' Total Carica to guardrail 17'X 1408' 23,936 Guardrail area till Orange Blossom 13'X 728' 9,464 Orange Blossom attirerguard raiI 13.5'X 3321 44,833.50 Continuing SB width increases 30.5 X 1688 51,484 At Royals past Center St 12.5' X 2832 35,400 At turnlane near second pond 16'X 24.9' 398,40 At turnlane to PRR 11.5 X530 6,095 Grand "Total: 171,611 Median Palmsffrees Plantings Comments 36 (5) foxtaiil Green Island Ficus Pine Ridgc Road (3) Live Oak Bougainvillea (dwarf, Helen Johnson) (7) Sabal Muhly Floratam Sod 37 (4) Live Oak Saw Palmetto Panther mane (5) Ribbon Muhly Floratarn Sod 38 (3) Hotly Muhly United Methodist Church (5) Sabal Juniper S Entrance (5) Ribbon Bougainvillea (dwarf, Helen Johnson) (3) Live Oak Saw Palmettt❑ 39 (1) Paurotis Muhly United Methodist Church (3) Jatropha Green Island Ficus N Entrance 40 (3) Jatropha Green Island Ficus Center St (12) Ribbon Muhly (7) Live Oak Juniper (5) Sabal Xanadu (1) Paurotis Saw Palmetto Floratam Sod Perennial Peanut 41 (5) Jatropha Xanadu Autumn Woods Entrance (2) Paurotis Green Island Ficus (19) Ribbon Muhly (14) Live Oak Juniper (20) Sabal Sxw Palmetto Bougainvillea (dwarf, Helen Johnson) Noratam Sod 42 (10) Pygmy Date Muhly Orange Blossom (12) Ligustrurn Bougainvillea (dwarf, Helen Johnson) (10) Sabal Cord Grass 10 Jatro ha 43 (10) Pygmy Date Bougainvillea (dwarf, Helen Johnson) Calusa Bay entrance (6) Ligustrum Muhly (10) Sabal (10) Jatropha (S) Buttonwood Silver, multi 44 (24) Pygmy Date Bougainvillea (dwarf, Helen Johnson) Lemuria Entrance (12) Ligustrum Firebush (dwart) Median ends @ VBR (5) Sabal JuniDer ITS 18-7253 Ooodlelte-Frank Road Landscape Maintenance 31 9 Vanderbilt Beach Road (Merent_o Signal to Goodlette Rat►d) 1,, TI AND DESCRIPTIQ D WORK AREA 'rhe area of work included in these specifications are located as described below to include sidewalks, curbing, guardrails, landscaping, irrigation observation as described in this contract, CAT benches and shelters, being described as follows: Vanderbilt Beach Rand (Mercato signal to Goadlette Road) Areas of Work: a) Improved areas on the southwest portion of Vanderbilt Beach Road between Mercato signal to Goodlette Road to include both in Front and behind wall area into Hickory Road. b) All drylwet retention areas. Plant Material on the Vanderbilt Beach Road side include but not limited to, 60 Oaks, 182 Sabal Palms, While Fountain Grass, arboricola, cocoplum, Thryallis, Coontie, Green Saw Palmetto, Philadendron selloum, Cordgrass, Nrebush, Wax Jasmine and an Awabuki Viburnum hedge. IY'113 18-7253 Goodlette-Frank Itoad 1-midscape Maintenance" 32 (9 (5) .{atrophy (5) Auttonwood (silver,muili) 3 Me nolia little em West (42) Magnolia (little gem) NIA ROW (54) Royal 11 Black Olive Fast (7) Black Olive N/A ROW Wet (10) Royal Muhly Retention (18) Sabal f111RR (3) Live Oak (3) Holly Poinoiana Wet (20) Sabal Muhly Retention (G) Holly (3) Live Oak I Cassia Dry (10) Royal Muhly Retention (28) Sabal @ VBR 5 Cra e M tie Hickory (5) Sabal Crown of thorn (red) i. Berm I Vanderbilt Beach Road (Merent_o Signal to Goodlette Rat►d) 1,, TI AND DESCRIPTIQ D WORK AREA 'rhe area of work included in these specifications are located as described below to include sidewalks, curbing, guardrails, landscaping, irrigation observation as described in this contract, CAT benches and shelters, being described as follows: Vanderbilt Beach Rand (Mercato signal to Goadlette Road) Areas of Work: a) Improved areas on the southwest portion of Vanderbilt Beach Road between Mercato signal to Goodlette Road to include both in Front and behind wall area into Hickory Road. b) All drylwet retention areas. Plant Material on the Vanderbilt Beach Road side include but not limited to, 60 Oaks, 182 Sabal Palms, While Fountain Grass, arboricola, cocoplum, Thryallis, Coontie, Green Saw Palmetto, Philadendron selloum, Cordgrass, Nrebush, Wax Jasmine and an Awabuki Viburnum hedge. IY'113 18-7253 Goodlette-Frank Itoad 1-midscape Maintenance" 32 (9 Exhibit 8 Fee Schedule following this page (pages 9 through Page 16 of 17 Fixed Term Service Agreement N20 i 7-002 (Ver, t ) (99 ITB 18-7253 Goodlette Frank Road Landscape Maintenance Florida lond Mainienance dba Commercial land Maintenance SECTION I. 1.1 BASIC LANDSCAPE MAINTENANCE d IRRIGATION Worts Area 1; Golden Gale Parkway to Plne Rldge Road, 4.00 Wes Iles" Descrlplion Qty UOM Unit Price Total 1 Median mowing & Edging 52 Weekly $ 75.00 $ 3,900.00 2 Side ROW Mowing & Edglnp 26 81 -Weekly $ 100.00 $ 2.600.00 3 Weeding 52 Weekty $ 800.00 $ 41,400.00 4 General Site Trimming 12 Monthly $ 1,500.00 $ 18,000.00 5 Street Cleaning 52 Weekly $ 150.00 .$ 71600,00 6 ITrash Removal 52 Weekly $ 200.00 $ 10.400.00 7 11r1gation System Mdcl6ndnCe & Repolr 52 Weekly $ 350.00 $ 18.200.00 Yonaerwit iseacmoa Includes berm on Hickory Rd, 4.90 Miles 8 Median Mowing & Edging 52 Weekly $ 75.00 $ 3.900100 9 Side ROW Mowing & Edging 26 BI -Weekly $ 1D0.0D $ 2,600.00 l0 weeding 52 Weekly $ 800.00 $ 41,600,04 11 General Site Trimming 12 Monthly $ 1,500.00 $ 18.040.00 12 5treat Cleaning 52 Weakly $ 150.00 $ 7,800.00 13 Tra5h Removal 52 Weekly $ 240.00 1 $ 10,400.00 14 Irrigallan System Mainienance R Repair 52 Weekly 350.001 $ 13,200.00 Work Area 3: Vanderbilt Beach Road (Mercato Signal to Goodlette-Frank Road), 0.75 Mlles 15 Median Mowing & Edging 52 Week#y $ 0.01 $ 0,52 tri Side ROW Mowing & Edging 26 Bi -Weekly $ 75.00 $ 1,97-00- 17 Weeding 52 weekly $ 550,00 $ 26.600.00 18 General site Trimming 12 Monihly $ 800.00 b 9,600,40 19 Street Cleaning 52 Weekly $ 150.0 $ 7,800.00 20 Trash Removal 52 weekly $ 150,00,$ 7,800.00 21 lirfigallon System Maintenance & Repair 52 Weekly 254.40 is 13,000.00 SECTION If, 1,2 SITE SPECIFIC MAINTENANCE ree and Palm lWairiTenance pprax ma a quantities) Canopy Trees (April - September 22 Block 011ve 1$ Each $ 75.CC $ 1,350.00 23 Buttonwood (Silver, Mulli) 10 Each $ 1.00 $ 14.0 24 Cassia I Each $ 0,04 $ 1.00 95 Crope Myrtle 41 Each $ 1.00 $ 41.00 26 1-161y 12 Each $ 1.00 $ 12.00 27 Jatropha 70 Each $ t -Do $ 70.00 28 Uquslrum 38 Each $ 1.00 $ 36.00 24 Mognolla (Uttle Gem) 45 Each $ 1,00 $ 45.00 30 Oaks 60 Each $ 75.00 $ 4.500.00 31 Paurotis 4 Each $ 75.00 $ 300.00 32 Poinclana 1 Each $ 75.00 $ 75.00 33 lRil 46 Each $ 18.00 $ 828,00 34 jTaaetwio 35 Each $ 35,00 $ 1,225,00 Palms (June) 35 AlexonCer 2.36 Eoch $ 1.00 $ 236.00 36 Foxtail 110 Each $ 1.00 $ 110.00 37 Monigomery 99 Each $ 1.00 $ 99.00 36 Pygmy D018 44 Each $ 0.01 $ 4.44 39 Roydl 101 Each $ 0.01 1 $ 1.61 40 Sabal 347 Each $ 18.00 $ 4,246.00 41 Tlvinox 6 Each $ 0-01 $ 0.06 Page I of 6 ITB 18-7253 Goodlette Frank Road Landscape Maintenance Ifeml Descrlplion Wfy vom Unit Price Total Palms, Seed Pod and Dead Frond Removals, as requesied 42 Alexander 236 Each $ 10.00 $ 2,360.00 43 FOX104 110 Each $ 10.00 $ 1,100.00 44 Montgomery 99 Each $ 10.00 $ 990.D0 45 Pygmy Date 44 Each $ 0.01 $ 0.44 46 Royal 101 Each $ 45.00 $ 4,545.()0 47 Sabal 347 Each $ 18,00 $ 6,246.00 48 Thrinax 6 Eoch e fa on: urounacover, Shirull TrOO, 1`011M (Granular•Counfy supplied / Liquld•Contraclor supplied) 49 Application labor rale only lGronular ferlfgzer 8-2-12. County supplied), Turf, 194 50 L B Rua $ 10.00 $ 1,940.00 Groundcover, Shrubs, Trees; Approximalely 97 bags per app11ca11an twice per year. Application labor rate only (Granular lertllizor, 5o -Pa -Mag (0-0-22) Counly 50 supplied), Palms. Approxlmalety 3 bags per opplicoifon 3 50 LB Bag $ 10.00 $ 30.00 51 1 Apprcalion lobar rate only (Granular fertilizer 8-2.12. County supplied), Palms; 1 50 tB Bag $ 20.00 $ 20.00 Application lobpr rate only (Granular fertilizer. Micronulrients, County 52 Supplled) 1 50 LB Bog $ 20.00 $ 20,00 Application labor &materials (Drench) 53 (sequeslrene Iron, Contraclor supplied) I Lump Sum $ 250.00 $ 250.00 Application labor & ma ena s 54 120.20,20 w/Ferromec AC 13-0-0 plus 696 Iran, Contractor supplied) I Lump SUM $ 7.50,00 $ 250.00 OrnamentalOmamental & Turf Spraying: Turf, Groundcov97. Shrub, Yrea, and G m (Contractor supplied chemicals) Insectic{des & Fungicides Application Labor & Materials IFofiaf) 55 Groundcover, Shrubs. Trees I Lump Sum $ 2,000.00 $ 2.000.00 Insecticides & Fungicides Applicallon Laluor & Molvripls (Drenchl 56 Groundcover. Shrubs, Trees I Lump 5um $ 4,000-00 $ 4,000.00 Roof Application Labor & Moierlals - Minors/Liquld Fer iilzer JDrench) 57 Groundcover, Shrubs, Trees 1 Lump Sum $ 2,000.00 $ 2.000.40 58 1 Herbicides Applicolion Lobor & Materials 1Pr9 or Post Emergent) 1 Lump Sum $ 3,000,001$ 3, moo Growth Regulator Applications (Contractor supplied - TrimtectO or Equlvalont) 54 1 Growth Regulalor ApplfCallons Labor & Material (Conlroclor5vpplied) I LLn1p Sum $ 2,00().0() $ 2,00C.00 Pressure Cleoning (Inclusive of all labor, moterlals, equipment to complete the work) 60 1 Brick Pavers & Concrete Surfaces - lump sum for all oreo5 I LLrnp $Arlt $ 495.00 $ 495.00 SECTION III. 11.3 ADDITIONAL SERVICES Plant Materials Replacements & Services (unll price - see specifications for all Inclusive Items] 61 Crown of Thorns all vorielies, Perennial peanut. Jasmine. sea purslane, sensitive 1 6" Pot $ 10.00 plant, and other herbaceous perennials 62 Crown of Thorns ail varieties. Perennial peanut, Jasmine. sea pwslone, sensitive 1 8" Pot $ 10.00 $ 10.00 plant, and other herboceoui perennials 63 Crown of Thorns oil varieties, Perennial peanut, Jasmine, sea purslane, senslilve I 1 Gallon $ 10.00 $ 10.00 plonl, and other herbaceous perennials 64 African Iris. Cordgross oil varieties, Plumbago Lily of the Nile, Coanlle, Florida I I Gallon $ 10-00 $ 10,00 Gama Grass. Juniper 1parsonii•, Lantana, Llrlope all varieties, Spider Lily. Muhly Gross, Aslan Jasmine all varielies. Firebush all vorleties, Powderpuff, Blueberry Flax Lily, and all varieties of Omamenlal Grasses 65 Ground Orchid, and Casl Iron plant all varieties I I Gallon $ 18.00 $ 16.00 66 Cocoplum. Thryol6s, allamando all varieties. Bougainvillea all varieties. Ixora all 1 3 Gallon $ 18.00 $ 18,00! varieties, Indian Hawthorne all varieties, Junlper'PorsoniP and all other varielies, Coonlie. Ornamental Grosses all varietles. Florida Privet. Ilex 'Schellings dwarf' Wax Myrtle. Sea oars, Arboticola olt varlalies, Silver 8uttonwcod, Green Suilonwood. Sloppers all varieties, Viburnum all varieties. , r1rebush all varielies, powderpuff, Blueberry Flax Lily, Green Island Ffcus, myrslne. Pitlisporum, Irls alt varielies. Page 2of6 ITB 18-7253 Goodlette Frank Road Landscape Maintenance Item Description Qty U0M Unit Price Total 67 Sow POmetro. Sabot Minor. Ground Orchids. Wild Coffee. podocorpus all 1 3 Gotlan $ 25.00 25,00 varieties, Bird of Paradise, Philodendron xanodu 68 Guava, Crape Myrtle all voriefles, Crinum lily, Hibiscus Slandard, Jamaican 10 Gallon $ 50.40 $ 50.00 Caper, Ligustrum, Myrsine, Silver Buttonwood, Stopper all varieties, Wax Myrtle, Red Maple, Black Alive 'Shady Lady' Floss silk Tree, Royal Palnclona, Yellow Palnciano, Bold Cypress, Pond Cypress, Hong Kong Orchid, Orchid tree all varialiies. Tobebuia all varielles, Gossfa. Live Oak. Foxtail Polm, Thatch Palm. Solllalre Palm, Vellchla Palm all varieties .Geiger tree all vcdBlies, Yellow Elder, Magnolia, Holly all varfetles, Sow Poll Sabot minor,. Bird of Paradise, Lignum Vitae, Caesallpina all varieties, Podocorpus all varieties Gumbo Limbo. Plgeori Plum. Paradise Tree, , Purple Glory Tree. Kentia Palm, Powderpuff, Slash Pine, and Golden Ralnlree 1 6V Guava, Crape Myrtle all varieties, Crinum Lily, Jamaican Caper, Ligustrum, 15 gallon Myrsine. Silver Bullonwood, Stopper all varieties, wax Myrtle, Red Maple, Black Olive 'Shady lady' Floss silk Tree, Royal Poinclana, Yellow Poinclana. Bald Cypress, Pond Cypress, Hong Kong Orchid, Orchid tree all vortelles. Tabebula all varieties. Live Oak, Foxiall P❑lm 7h01ch Palm, Solitaire Palm, Vellchlo Palm all varieties .Geiger free all varieties, Yellow Elder, Magndla all varielles, Holly all varieties. Saw Palmetto, Sabal Minor, Bird of Paradise. Lignum vitae, Coesolipino all varielles, Podocorpus all varielles Gumbo timho- Pigeon Plum, Paradise Tree. Purple Glory Tree, Kentia Palm, Powderpuff, SlciD Pine. Gordan Ralnlres. and rbuchina, 70 Guava. Crape Myrtle all varlefies, Cdnum Llly, Jamaican Caper. Uguslrum. 1 25 Gallon $ 75.00 b 15.00 Myrsine, Sliver or Green Bultonwood, Stopper all varieties, Wax Myrtle, Red Maple, Block Olive 'Shady Lady` Frogs silk Tree, Royal Poinclana, Yellow Poinciana, Bold Cypress, Pond Cypress, Hong Xong Orchld, Orchid tree all yal liQs. Tabvbufa all vorieties, Live Oak, Foxtail Palm, Thatch Palm, Solltalre Palm. Vellchia Palm all varielles ,Gelger tree all varielles. Yellow Elder. Magnolia. Holly all variefles. Saw Falrnella, Sabot Minor, LlgnUM vflae, coesolipina all varielles, Podocarpus all varieties Gumbo Limbo, Pigeon Plum. Porodke Tree, Purple Glory tree, Kentia Palm. Powdefpuff, Slosh Pine, Golden Ralnlree, and Tibuchina. 11 Guava, Crape Myrtle all varieties, Crinum Lily. Jamaican Caper, Ligustrum, f 45 Gallon $ 125.40 $ 125,U0 Myrsine. Silver or Green Buttanwood.Stoppefall varieties, Wax Myrtle. Red Maple, Black Olive 'Shady Lady' Floss silk Tree, Royal Poinclana. Yellow Poindona, Bold Cypress. Pond Cypress, Hang Kong Orchid, Orchid free all varieties. Tabebula all varielles, Cassia, live Oak, Foxtail Palm, Thatch Palm, Solitaire Palm. Velichic Palm all varieties ,Geiger tree oil voneltes, Yellow Elder, Magnolla, Holly all variellos, Saw Palmetto, Sabal Minor, Llgnurn Vitae. Caesallpina alt varielles. Podocorpus oil varieties Gumbo Limbo, Pigeon Plum, Paradise Tree. Purple Glory Tree. Kenlia Palm, Powderpuff. Stash Pine, Golden Rdinlfee, and Tibuchina 72 Guava, Crape Myrtle all varieties. Cdnum Lily, Hibiscus Standard, Jamaican m. r, ;=.00.00 $ 200.D0 Caper, Llgusirum. Myrsine, Silver or Green Buttonwood. Stopper all varieties, Woe Mydle, ked Maple, Black Olive 'Shady Lady' Floss silk Tree, Royal Polnciona. Yellow Polnclonc, Bold Cypress, Pond Cypress. Hong Kong Orchid, Orchid tree all varteftes. Tabebula all varieties, Cassia. Live Oak. Foxfoil Palm, ihaich Palm. Solitaire Patm, Veltchta Palm all vartelies ,Gelger free all varieties, Yellow Eider, Magnolia. Holly all voriefles, Sow Polmelto, Sabal Minor, Lignum Viloe, Caesollpino all varieties. Podocarpus all vorfetles Gumbo Limbo, Pigeon Plum, Paradise Tree, Purple Glory Tree, Kentia Palm, Powderpuff, Slash Pine. and Golden Ralnlree 73 Guava, Crape Myrtle all varielies, Crinum Lily, Hibiscus Standard Jom❑ic❑ri 1 100 Gallon $ 600,44 $ 600.0(1 Caper, Ligushum, Myrsine. Silver of Green Buttonwood, Slopper all van'ehos, Wax Myrtle, Red Maple, Block Olive 'Shady Lody' Floss silk Tree. Royal Poinciana, Yellow Poinciana. Bald Cypress. Pond Cypress, Hong Kong Orchid, Orchid tree all varlefies, Tabil oil varieties. Cossla, Live Oak, Foxtail Palm, Thalch Palm, Solltalre Palm, Veiichia Palm all varieties ,Gelger tree oil varielles. yellow Elder, Magnollo, Holly all varieties, Lignum Vitae. Caesaripina all varielles, Podocarpus all varieties Gumbo Limbo. Pigeon Plum, Paradise Tree, Purple Glary Tree, Kenlia Palm, Powderpufl, Slosh Pine, Golden Ralnlree, Page 3 of 6 ITB 18-7253 Goodlette Frank Road Landscape Maintenance Item Description Qty UOM Unit Price Total 74 Guova, Crepe Myrl le all varieties, Crinum Lily, Hibiscus Standard. Jamolaor Caper, Ugustrum, Myrsinea. Silver or Gran Bultonwood, Stopper all varieties, wax Myrife. Red Maple. Black Olive 'Shady Lady' Floss silk Tree, Royat Painclara. Yellow Polnclona. Bold Cypress, Pond Cypress, Hang Kong Orchid, Orchid free all varieties, Tababuia all varieties, Cossla. Uve Oak, FoxI011 Palm, Thatch Palm, S❑lllair9 Pplm, Vellcnla Palm all varieties .0eiger tree all varieties, Yellow Elder. Magnolia. Holly all varieties, Jglnurrl Vitae, Caesaill all vofielies, Podoearpus all varieties Gumbo Limbo, Pigeon Plum. Paradise Treo. Purple Glory Tree, Kenfia Palm. Powderpuff, Slash Pine. and Golden Roiniree 200 Gollon $ 70D.D0 $ 700.00 its BU ROO15 R ds GraweFar Equ 1. GUOVe, 6r4zP6 +Fti�kllLYe++9Tie z der�eisar� 4 �e`,A 6Fr{i��31Fl6rS111F6F-OFGF99A-BkO6RL499 ,Sl4ppef$11 V6fie#(A, WQK MYNlei Red Mople, Rlaek XY"h9 9dy Faes5 suk�r9t3rRk7ytlb POIRGIORG. YO19-4dG40R9rRQ 04YPF965, P6Rd Gyl&F% u....., wOR9 Qrohla- Q(oWi4if9"akleisr4,F1Cak,11 Rg1u ihai& 1201M. PRIM 911F-lw6e a11x+eFiBtles, v^'r�oA�R91lk►r+i9u1+644verlaNer'r^^Woe. w^esallplg9-9i� vofie#les Rar#arraus�ll vedatleF6umba Elmbe Ws�ee^ �',°^wdiSaTree, f r�49 61BPfSr6e�Kealla PalmTPaw�arautl &lash-Pli�e+ 691dBp Agigkeer E�sh 6 T 4^0 $ I,G79 76 Alexander Palm 1 10'-i 6' OA, FG / RPG l Each $ 600.00 $ 500.00 77 Alexander Palm I e'-10' GA, FG / RPG I Each $ A00.00 $ 400.00 78 Bold Cypress! 10' OA. FG I Each $ 250.00 $ 2S0.D0 79 Bold Cypress 1100 gol., FG / RPG 1 Each $ 300.00 $ 300,00 80 Coconut Palm 1 Ia-15' GW. FG I RPG I Each $ 400.00 $ 440.00 B f Coconut Palm 1 Larger sizes, cast per foal of wood, FG / RPG 1 Each $ 150.00 $ 150.40 82 Craps Myrile 'Muskogee' / 10'- 14' OA. FG / RPG 1 Each $ 250.00 $ 250.00 83 Craps Myr11s 'Muskogee'/ V - s 0' OA. FG / RPG 1 Each $ 150.00 $ 150.00 84 Crape Myrf le 'Natchez' / 10'- 14' OA, FG / RPG I Each $ 250,00 $ 250.00 65 Crape r+ Ayrtle'Natchez' / 8'- 10' OA. FG 1 RPG I Each $ 150.00 $ 150,00 86 crape MyrHe 'Tuscarora' 1 10' - 14' OA, FG IRPG I Each $ 250.00 $ 250.00 87 Crape Myrtle 'Tuscarora' / 8' -10' OA. FG 1 RPG I Each $ 150.00 $ 150.00 88 Hang Kong Orchid 110'•12', FG / RPG I Each $ 250,00 $ 250.00 $9 Hong Kong Orchid / 14'-20' OA. FG I RPG I Each $ 300.00 $ 300.00 90 Hong Kong Orchid/ 15'-35' OA, FG / RPG I Each $ 400.00 $ 400,00 91 Jatropha I Each $ 150.00 $ 150.00 92 Llgustrum 18' K 8' 1 Each $ 500.00 $ 500 -cc 93 Uves Oak 100 gal.. FG / RPG I Each $ 600.00 $ 600.00 94 Uve Oak 200 gal„ FG I RPG I Each $ 750.00 $ 750.00 95 Live Oak 300 gal„ FG / RPG I Each $ 800,0c $ 800.00 96 Mognoilo'LlItle Gem'/ 100 gal- FG / RPG I Each $ 400.00 $ 600.00 97 Magnolla'Souf 1 100 gal- FC;) RPG 1 Each $ 60D.00 $ 600.00 98 Maple Tree 1100 gal., FG 1 Each $ 600.00 $ 600.00 99 Maple Tree/ 12' OA, FG I Each $ 250,00 $ 250.00 100 Maple Tree/ 16' OA, FG 1 Each $ 350.00 $ 350.00 1 DI Monlgamery Palm 1 10' OA, FG I RPG I Each $ 400.00 $ 400;00 102 Monlgomery Palm 112' OA, FG I RPG I Each $ 500.00 $ 600,00 103 Perernlal Peanut Roll 1 Each $ 2,000.00 $ 2,000.40 104 Royal Palm / 12'-16' GW, FG / RPG I Each $ 1.500-00 $ 1,500.00 105 Royal Palm 1 7' 10' GW, FG I RPG I Each $ 1,40D.00 $ 1,400.00 106 Royal Palm / Larger sizes. cost per foal of woad. FG 1 RPG I Each $ 204.00 $ 200.00 107 Sabal Palm 110' • 18' OA I Each $ 350.00 $ 350-00 108 1 Shady Lady Black OIiye 110' • 18'OA. FG I RPG I Each $ 250.00 $ 250.00 109 IShody Lady Black Olive 116'-20'OA, FG / RPG I Each $ 600.00 $ 600.00 110 Sylvester Palm I FG 10' wd / RpG I Each $ 700.00 $ 700.00 1 I 1 Sylvest of Palm I FG 6' wd I RPG I Each $ 500.00 $ 50D.04 112 Sylvester Palm I FG 8' wd I RPG 1 113 Tabebuia 1 Each Each $ $ 600.001$ 250.00 $ 600,00 250.00 114 Verowcod/ 8'-10' OA, FG I RPG 1 115 Wax Myrtle 110' OA, FG / UG I Each Each $ $ 250.00 55,00 $ $ 250.00 55.0D Pagr; 4 of 6 ITB 18-7253 Good(ette Frank Road Landscape Maintenance Item description City UOM Unit Price Total 116 wax Myrtle 112' CA,rG 1 RPG I eoch $ 65.00 $ 65-00 117 wax Myrtle / 14' OTA. FG /RPG I Each $ 75.00 $ 75.00 1 18 Bahia Sod Installed labor & moterlolsl I Palle$ $ 400.00 $ 400.00 jig Bohia Sad Installed (lobar & moterialsl I Square Foal $ 5.00 $ 5.00 120 Flaralom Sod Installed (labor $. materials) I Pallet $ 600.00 $ 600.00 121 riorulam Sod Inslolled fiabor materials) I Square foot $ 5.00 $ 5.00 122 Organic Lee Compost Installed [labor & maten❑lsi I Cubic Yard $ 254.44 $ 250.00 123 Organic Lee Compost Inslalled (labor & moferlalsl I Cubic Fool $ 25.00 $ 25.00 124 PIQn1 ng Soil Installed 1❑bor & Materialsl I Cubic Yard $ 250,00 $ 250,00 125 Planling Sail Installed labor & materials} I Cubic Foot $ 25.00 $ 25,00 Landscape Personnel labor Hours 126 Landscape Supervisor I Hourly $ 85,00 $ 85.00 127 Landscape Laborer I Hourly $ 75.00 $ 75.00 Irrigaillor Personnel Labor lioUrs 128 1 Irrigation Supervisor I Hcurly $ 95.00 $ 85,00 129 Irrigation Technician i Hourly $ 85.00 $ 85.00 130 Irrigation System Review I Hourly $ 25.00 $ 25.00 131 Irrigalton Supervisor (Rifer Hours (7:00 p.m. - 6:30 a.m j) i Hourly $ 85.00 $ 95.00 132 Irrigat{on Technician (After Hours (7;00 p,m. - 6:30 a.m.)) I Hourly $ 85.00 $ 85.00 Mulching (2" mulch, 2 cubic foot bags), Approximately 34,445 bags 133 Match moierla6 with labor to install IContraclor supplied mulch) I Bag $ 7.00 $ 7.00 134 Labor Installation role only [County supplied mulch) I Bag $ 5.00 $ 5.00 Tree and Palm Maintenance Services (all Inclusive serviceato Include labor, equipment, & maferlols) 135 Slaking Large Palms [Couper greater than 6") I Each $ 200.00 $ 200.00 t36 Slaking Small Canopy Tree (2x2 posts and guy wire, 4"-6" caliper) I Each $ 200.00 $ 200.00 137Slaking Large Canopy Tree 214 poSti. groalor than 6" caliper) I Each $ 200.00 $ 20000 138 Restanding and Staking Small Palm (4"-6" Caliperl 1 Each $ 300.00 300.00 139 Reslanding and Stoking Large Palms Caliper greoler than 6' 1 Each $ 440.00 $ 400'00 140 Re0anding and Slaking Small Canopy Tree 2x2 pasts and guy wire. 4"-6" callper) I Each $ 300.00 $ 360.00 141 Restaking Large Canopy Tree (20 posts. greater 1t}Qn 6' caliper) I Each $ 400.00 $ 400.00 142 Reconstructive/Restorolion or RBduOlon Tree Pruning I each $ 75.00 $ 76,00 143 Hozordous Tree Prun}ng I Each $ 75,00 $ 75.60 144 Root pruning, re -planting, re -standing and staking with 2x4 {Tree or Polml I Each $ 600,00 $ 600.00 145 Pool Pruning, re•plonting, (e•slanding and slaking wi$h 44 (Tree or Polm) I Each $ 750.00 $ 750-00 146 Root Pruning. replanting, re -standing and staking with Iocigo poles )Tree only) I FQCh $ 250.00 $ 250.00 147 lRemovol: Small Palms - Alexander, Pygmy Date. Monlegomery, Thrinax, Cocothfinox, (InCludes root balls and slumps) E❑cai 5 400.00 $ 400,06 148 Removal: Medium Polms - roxtail & Sabot (Inclvdes rapt balls and slumps) I Each $ 450.00 $ 450,0(] 149 Removal: Large Palms - Royal & Bismorck (Includes root balls ❑nd slumps) # Each $ 800.00 $ W0.00 150 Removal: Small Trees - Trees up to 10 fool in height (includes root balls anti stumpsl 1 Each $ 200.00 $ 200.00 151 Removal: Medium Trees - I 1 feet in height but less than 20 feet in height (Includes root balls and slumps) I tach # 300.00 $ 300,00 152 Removal: Large Trees - 20 feet In height and greater (includes root balls and slumps) I Each $ 600.00 $ 600.00 Page 5 of 6 (9 ITB 18-7253 Goodlette Frank Road Landscape Maintenance Item Description Qty U0M Untt Price Total 153 Slump tip overs (small) I Each $ 200.00 $, 200.00 154 Slump tip avers (medium) I Each $ 300.00 $ 30000 155 Slump rip overs (large) 1 Each $ 490.00 $ 40000 156 Sail replacements 1 Cubic Yard $ 250.00 $ 2so.a0 157 Gut Dead Palm to a 3' stump (All sizes) 1 Hour $ 85.00 $ 8500 158 Gut Dead Tree to a 3' Slump (All sizes) 1 Hour $ 85.00 $ 8500 159 Debris Removal 1 Cubic Yard $ 200.00 $ 20000 H. Equipment & Labor (All Inclusive In unit price: equipment, fuel, labor, operator, supplies) 160 Bucket Truck 1 Hourly $ 125-00 $ 125.00 161 Water Truck 1 Hourly $ 50.00 $ 50.00 162 Crane Truck 1 Hourly $ 50.00 $ 50.00 183 Mini Excavator 1 Hourly $ 125.00 $ 125.00 164 LSkid Loader 1 Hourly $ 125.00 $ 125.00 I. Traffic Accident Clean up (All Inclusive of labor for removal of damaged plant materials and accident debris, equipment, debds hauling and disposal, disposal tees, blowing mulch from roadway, relnstalling disturbed vegetation and materials that are not damaged, 165 Traffic Accident Clean up IHourly I $ 65.00 $ 85,00 aver ep acemen S (All Inclusive rate fora or, equipr—ne—nFEramagea Installation). maTerial removal, noullng ona alsposulees, an 1661 Paver replacements I I Hourly $ 95,00 $ 85,00 BID TOTAL Line Item #75 strlcken tram the bld and no longer considered In the bld award (plant material size not provided) REVISED BID TOTAL $ 352,04$,53 $ (1100) $ 352,097.53 Materials markup percentage not to exceed 15% (non -bid line Hems, receipts required) 167 rMateriols markup Not To Exceed 15% 15% Page 6 of 6