Loading...
#18-7254 (Superior Landscaping & Lawn Service) FIXED TERM SERVICE AGREEMENT # 18-7254 for Airport Road Landscape Maintenance THIS AGREEMENT, made and entered into on this 1244' day of u 201 , by and between Superior Landscaping & Lawn Services, Inc. , authorized to do business in the State of Florida, whose business address is 6220-2 Topaz Court, Fort Myers, Florida 33966 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing 0 upon the date of Board approval ❑ on and terminating on three (3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑ Purchase Order Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of I Request for Proposal (RFP) ■ Invitation to Bid (ITB) H Other ( ) # 18-7254 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. n The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 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 SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): C 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. ❑� 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. • 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 Term Service Agreement#2017-002(Ver.1) 0 4.4 ❑ (check if applicable) Travel and Reimbursable Expenses: Travel and Reimbursable Expenses must be approved in advance in writing by the County. Travel expenses shall be reimbursed as per Section 112.061 Fla. Stats. Reimbursements shall be at the following rates: Mileage $0.44.5 per mile Breakfast $6.00 Lunch $11.00 Dinner $19.00 Airfare Actual ticket cost limited to tourist or coach class fare Rental car Actual rental cost limited to compact or standard-size vehicles Lodging Actual cost of lodging at single occupancy rate with a cap of no more than $150.00 per night Parking Actual cost of parking Taxi or Airport Limousine Actual cost of either taxi or airport limousine Reimbursable items other than travel expenses shall be limited to the following: telephone long-distance charges, fax charges, photocopying charges and postage. Reimbursable items will be paid only after Contractor has provided all receipts. Contractor shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Superior Landscaping & Lawn Service, Inc. Address: 6220-2 Topaz Court Fort Myers, Florida 33966 Authorized Agent: Marco Ceballos Attention Name & Title: Branch Manager Telephone: 786-431-8824 E-Mail(s): mceballos@superiorlandscaping.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Page 3 of 17 Fixed Term Service Agreement#2017-002(Ver 1) 0 Board of County Commissioners for Collier County, Florida Division Director: Travis Gossard, Director Division Name: Growth Management Department/Road Maintenance Address: 4800 Davis Boulevard Naples, Florida 34104 Administrative Agent/PM: Melissa Pearson, Contract Administration Specialist Telephone: (239) 252-5591 E-Mail(s): Melissa.Pearson@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 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. Page 4 of 17 Fixed Term Service Agreement#2017-002(Ver.1) • 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be 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. ■0 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. ❑■ 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. D. Professional Liability: Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. Contractor waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not less than $ each claim and aggregate. E. n Cyber Liability: Coverage shall have minimum limits of$ per claim. F. I I : Coverage shall have minimum limits of $ per claim. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Page 5 of 17 jaFixed Term Service Agreement#2017-002(Ver 1) 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 under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the GMD Road Maintenance Division Page 6of17 Fixed Term Service Agreement#2017-002(Ver.1) irlial 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), n Exhibit A Scope of Services, Exhibit B Fee Schedule, RFP/ n ITB/1-1 Other # 18-7254 including Exhibits, Attachments and Addenda/Addendum, 1 1subsequent quotes, and Ilk Other Exhibit/Attachment: Payment and Performance Bond 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; 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: Page 7 of 17 Fixed Term Service Agreement#2017-002(Ver.1) ja • Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The Contractor may nullify the whole or any part of any approval for payment previously issued and the Contractor may withhold Page 8 of 17 Fixed Term Service Agreement#2017-002(Ver.l) 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. 0 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 on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. 0 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 Fixed Term Service Agreement#2017-002(Ver.1) 0 for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. lUJ 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. I■ 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 shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials 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. Page 10 of 17 0 Fixed Term Service Agreement#2017-002(Ver 1) 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. ❑ KEY PERSONNEL. The Contractor's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete the services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service dates. The Contractor shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/or experience. (2) that the County is notified in writing as far in advance as possible. The Contractor shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. I. 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 11 of 17 Fixed Term Service Agreement#2017-002(Ver.1) • 35. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. ❑ ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@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 facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. 38. n 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 Page 12 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 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 Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank-signature page to follow) Page 13 of 17 Fixed Term Service Agreement 42017-002(Ver.1) UO 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: BOARD OF CO STY, OMMIS -S COLLIER C• • TY LORID. j Dw'• t E. Brock Clerk of Cou i B By. An•y Solis Chairman p Dated: $I t E (SES.-) Attest as to Chairman's si Lure onl ' Contractor's } nessee: Superior Landscaping & Lawn Service, Inc. . t Contractor.- /1,/ �,, oliP .' By: .• r-• •4 s F' st Witness Signature Cek fsrJco oT€e > > ec51 Dei* t Iv 6 Ge/.TS TType/print signature and titiet pe/print witness namel /i D •r'tract�cond Witness :ti 01110/n - ' *i-jilcife, tType/print witness name Ai)! r-d as to Ft m and Legality: 1. .,r ' punt Attorney di Print Name i fi;) Page 14 of 17 19 Fixed Term Service Agreement N2017.002(Yer.l) Exhibit A Scope of Services following this page (pages 1 through 34 ) ❑ this exhibit is not applicable Page 15 of 17 � Fixed Term Service Agreement#2017-002(Ver.1) Goy Cownty Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR Airport Pulling Road Landscape Maintenance SOLICITATION NO.: 18-7254 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. 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"Airport Pulling Road Landscape Maintenance, 8.70 Miles"upon award by the Board of County Commissioners and by 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 for providing minimum qualifications that must meet or exceed to qualify for this bid and to be considered for the 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. c. Collier County Pest Control License ITB 418-7254 Airport Pulling Road Landscape Maintenance 2 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 perform 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 under 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 leased equipment 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.Exhibit A has a detailed site description. 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. 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. Airport Pulling Road Landscape Maintenance A.Airport Road(Cougar Blvd to Vanderbilt Beach Road)2.70 B.Airport Road(US 41 East to Cougar Blvd)6.00 Mile Work Areas o Improved medians 53-66(Cougar Drive to Vanderbilt Beach Road)on Airport-Pulling Road o Improved medians 14-20 on Orange Blossom Drive o All side right-of-way areas on Orange Blossom Drive adjacent to our medians. o All side right-of-way areas on Airport-Pulling Road from US 4 lEast to Cougar Drive ITB#18-7254 Airport Pulling Road Landscape Maintenance 3 0 o Right-of-way edges East Side Airport Pulling Road(Cougar to Vanderbilt Beach Road)property belonging to South Florida Water Management District.Need to be mowed as close to edge of swale as possible. 1. Specifications Contractor or Subcontractor shall be responsible for furnishing all labor, supervision, equipment, tools, and materials as outlined in this solicitation. Use current techniques and standards approved by University of Florida, Institute of Food and Agriculture Services(UF/IFAS). Collier County expects the successful bidder to comply with all terms of this bid fully.Every item and schedule is an important element of the bid, so adhere strictly to them. 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 right-of-way weeding,general site trimming,trash removal,and irrigation system maintenance and repair.At the 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. Before 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. 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 stormwater 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,address these areas at each 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 ITB#18-7254 Airport Pulling Road Landscape Maintenance 4 0 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 require a hand walk behind mower,twenty-one inch(21"+/-) diameter,to prevent wheel ruts in the turf 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. I. 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 the 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, signposts,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 are responsible for bringing the site back to full restoration at their expense. 1.1.3 Weeding Weeding areas in 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 the contractor to remove all weeds manually or chemical treatment. Chemical use is Round Up or an approved equivalent with the 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 before 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 with signs of dying trees,shrubs,and plant materials. a. Regular service includes trimming plant foliage to 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. Maintain groundcovers to eighteen inches(18")from the curb. c. Trim the 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 to the plant material shape or form. e. Corrective pruning services performed to keep the natural shape and characteristics of the species. ITB#18-7254 Airport Pulling Road Landscape Maintenance 5 0 f. Prune groundcovers and shrubs to eighteen inches(18")in height by October ls`each year before cooler temperatures,to ensure blooming plants are at the proper elevation during the heavy traffic season. g. Groundcovers and shrubs maintain 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 twenty-four(24")measured from the travel lane. k. Bougainvilleas and Green Island Ficus maintain 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 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. Maintain tree canopies over pathways or sidewalks at a minimum height of ten feet(10'). q. Shrubs and groundcovers adjacent to pathways or sidewalks prune to maintain 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 following each service. 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 on no debris and clippings removed from sidewalks,curbs,gutters, or roadways. 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.Include disposal fees,tipping,and other disposal charges in the bid schedule unit price. b. To receive payment,remove trash 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 a 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. ITB#18-7254 Airport Pulling Road Landscape Maintenance 6 0 Work consists of weekly irrigation systems visual inspections to determine if systems are functioning normally,but may change at the Division's discretion. Complete work areas before moving to the next roadway area.Any minor repairs discovered during the weekly services,repair immediately.Minor repairs consist 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 the surge board toggle,or at the controller. Return the operation switch 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. Check quick coupling boxes 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. 1.1.7.2. Minor Repairs Field repairs not completed on 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 for returning 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. Irrigation heads 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 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. ITB#18-7254 Airport Pulling Road Landscape Maintenance 7 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 the proper and safe operation of the systems. h. Flag problems and provide a 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. 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 is responsible for furnishing labor, supervision,equipment,tools,materials,and MOT as outlined in this solicitation. Use current techniques and standards approved by the 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 the hard wood canopy,palm pruning,fertilization, support systems,and other aspects of tree care with the ability to recognize,diagnose and report tree defects caused by pest,tree and root structure,and diseases. b. Must adhere to ANSI accredited Standards A300 policies and standards,current edition, ITB#18-7254 Airport Pulling Road Landscape Maintenance 8 0 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 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 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 dead 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. ITB#18-7254 Airport Pulling Road Landscape Maintenance 9 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. 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,the 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 reduce 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. The primary objective insubordination(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 inches(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 near 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. ITB#18-7254 Airport Pulling Road Landscape Maintenance 10 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. 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 the 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. ITB#18-7254 Airport Pulling Road Landscape Maintenance 11 0 1.2.2.1. Fertilization Applications Contractor/subcontractor shall use deflector shields on all application equipment to minimize the 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 increase uptake efficiency.If water restrictions apply,the 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. ITB#18-7254 Airport Pulling Road Landscape Maintenance 12 0 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. 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 the 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 the 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 ITB#18-7254 Airport Pulling Road Landscape Maintenance 13 • 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 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 the 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, was 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. ITB#18-7254 Airport Pulling Road Landscape Maintenance 14 0 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. 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 the time of application,chemicals applied and the name of the 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 the 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 the use of a pre- emergence herbicide. After Division Landscape Supervisor authorizes the use of the herbicide,the 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 of 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 ITB#18-7254 Airport Pulling Road Landscape Maintenance 15 c. When possible,the 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 at 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. 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 the 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 reach desired appearance. Slow growth will start two 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 a 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 ITB#18-7254 Airport Pulling Road Landscape Maintenance 16 0 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 I. Follow-up date to check the effectiveness of the application. 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 the 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 flag off the areas with protective barriers and 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 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 These line items shall be used for major repairs as outline below or other irrigation work as directed by the Division's Irrigation Supervisor. ITB#18-7254 Airport Pulling Road Landscape Maintenance 17 0 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. 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,71b, 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 from recycled materials such as land clearing. It must contain only natural wood fibers,contaminate free,and cured 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 March or April and November or December. f. Leave two inches(2")of space between the 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),the 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 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 the 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. ITB#18-7254 Airport Pulling Road Landscape Maintenance 18 0 1.3.5 Tree and Palm Maintenance Services Work may require re-planting,re-standing,and stake 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 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 can develop and regrow into viable,productive trees. This may include root pruning. b. Reduction Pruning decreases height and 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. ITB#18-7254 Airport Pulling Road Landscape Maintenance 19 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 a 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 by accidents,weather events,disease,or damage. Cost inclusive of labor, equipment,machinery,removal of rootball and stump,loading and hauling debris to a 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 a disposal site, and disposal fees. 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 the cost of goods to verify markup cost(s).Failure to provide receipts backup may result in invoice(s)rejection. 1.4. Section IV. General Information ITB#I8-7254 Airport Pulling Road Landscape Maintenance 20 • 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 is completed at the same time. Additional days may be authorized by the Division's Landscape Supervisor.The purpose of 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)) 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. As required by 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,etc. It is mandatory ITB#18-7254 Airport Pulling Road Landscape Maintenance 21 that your company notifies Growth Management Department,Customer Service Specialist or designee,on Wednesday before 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 the 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; 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 is 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 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 a contract that fails to communicate and ensure services are performing per contract specifications effectively. 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. ITB#I8-7254 Airport Pulling Road Landscape Maintenance 22 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 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 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. 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 the height of two inches(2"),or at the recommended height of the sod grower,before 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. ITB#18-7254 Airport Pulling Road Landscape Maintenance 23 0 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 in 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. 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 satisfactorily per the contract specifications. 1.4.17. Inspections Contractor shall provide work schedules for services in writing to Division Supervisors before work commencement so that inspections can be performed on-site during 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 for 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 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). The County intends 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. ITB#18-7254 Airport Pulling Road Landscape Maintenance 24 0 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 for services 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 accurate and complete with details of services performed or commodities purchased. 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 a 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. ITB#18-7254 Airport Pulling Road Landscape Maintenance 25 Exhibit A Site Locations and Work Area Descriptions Work Area 15 A&B(Bid Form—Pages: 11-12) A. Airport Pulling Road(US 41 East to Cougar Drive),6.00 miles B. Airport Pulling Road(Cougar Drive to Vanderbilt Beach Road),2.70 miles C. Airport-Pulling Road (US 41 East to Cougar Drive)—`Section A' 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,Airport-Pulling Road Medians 1 to 52(US 41 East to Cougar Drive) Areas of Work a) Improved medians 1-52 b) All side right-of-way areas on Airport-Pulling Road from US 41East to Cougar Drive. Median# Plant Beds Median# Plant Beds 1 2,000 SF 25 0 SF 2 1,640 SF 26 300 SF 3 O SF 27 3,815 SF 4 1,425 SF 28 0 SF 5 510 SF 29 2,000 SF 6 475 SF 30 0 SF 7 OSF 31 0 SF 8 421 SF 32 4,288 SF 9 5,324 SF 33 2,848 SF 10 100SF 40 0 SF 11 O SF 41 O SF 12 500 SF 42 0 SF 13 300 SF 43 0 SF 14 700 SF 44 0 SF 15 0 SF 45 9,239SF ITB#18-7254 Airport Pulling Road Landscape Maintenance 26 0 16 300 SF 46 13,298 SF 17 800 SF 47 0 SF 18 3,983 SF 48 10,156 SF 19 4,983 SF 49 300 SF 20 250 SF 50 1,136 SF 21 400 SF 51 1,000 SF 22 0 SF 52 4,386 SF 23 500 SF 24 300 SF Median Palms/Trees Plantings Comments Crown of thorn(Big rose) 1 (4)Foxtail Palm Blueberry Flax Juniper Butterfly Iris(White) 2 N/A Perennial Peanut Junipers 3 N/A N/A Concrete 4 (3)Sabal Palm Perennial Peanut (1)Thrinax Palm Butterfly Iris(White) 5 (4)Thrinax Perennial Peanut Crown of thorns(red) 6 (1) Thrinax Palm Perennial Peanut 7 N/A N/A Concrete 8 N/A Perennial Peanut (12)Jamaican capers Perennial Peanut 9 (21)Sabal Palms Butterfly Iris (15)Thrinax Palm Orange Bird of Paradise 10 Perennial Peanut 11 N/A N/A Concrete&Brick Blueberry Flax 12 N/A Variegated Arboricola Concrete Junipers White Butterfly Iris 13 N/A N/A Concrete&Brick Davis Blvd 14 (11)Thrinax Palm Perennial Peanut Estey Ave ITB#18-7254 Airport Pulling Road Landscape Maintenance 27 0 15 N/A N/A Concrete 16 N/A Perennial Peanut Butterfly Iris Perennial Peanut 17 (12)Thrinax Butterfly Iris North Road Crown of Thorn Blueberry Flax Perennial Peanut 18 (12)Thrinax Palm Indian Hawthorne Butterfly Iris Saw palmetto Orange Bird of Paradise (16)Thrinax Palm Butterfly Iris 19 (6)Jamaican Capers Saw Palmetto (22)Sabal Palm Green Island Ficus Orange Bird 20 N/A Perennial Peanut Green Island Ficus 21 N/A Perennial Peanut Radio Road Butterfly Iris 22 N/A N/A Concrete 23 N/A Perennial Peanut Green Island Ficus Green Island Ficus 24 N/A Perennial Peanut Butterfly Iris 25 N/A N/A Concrete 26 N/A Perennial Peanut Crown of thorns Juniper 27 (5)Foxtail palm Indian Hawthorne Bougainvillea Perennial Peanut Flax lily 28 N/A N/A Concrete (10)Jamaican capers 29 (10)Sabal Palms Juniper 30 N/A N/A Concrete 31 N/A N/A Concrete Crown of thorn (3)Jamaican caper Juniper (38)Sabal palm Saw Palmetto (2)Jatropha Indian Hawthorne 32 (2)Crape Mrytle Saprtina Grass GG Pkwy/Overpass (17)Foxtail Allamanda(yellow) (10)Magnolia Blueberry Flax (5)Oaks Bougainvillea Orange Bird of Paradise Crown of thorn 33 (11)Foxtail Palm Juniper Indian Hawthorne Spartina Grass ITB#18-7254 Airport Pulling Road Landscape Maintenance 28 0 (5)Magnolia Crown of thorn (5)Jatropha Juniper 34 (5)Live Oak Spartina Grass (1)Jamaican Caper Allamanda(yellow) (10)Sabal Palms Bougainvillea Crown of thorns (9)Sabal Palm Juniper (2)Jatropha Saw Palmetto 35 (5)Foxtail Palm Indian hawthorns Spartina Grass Dwarf Firebush Bougainvillea 37 N/A N/A Concrete&Brick (2) Jatropha Perennial Peanut 38 (1) Thrinax Green Island Ficus Brick (16)Sabal Palms Muhly Grass Crown of Thorns Bougainvillea Crown of thorn (6)Live Oak Juniper (6)Sabal Palm Spartina Grass 39 (1)Jatropha Green island ficus (3)Thrinax Perennial Peanut Juniper Variegated Schefflera Muhly Grass 40 N/A N/A Concrete 41 N/A N/A Concrete&Bricks 42 N/A N/A Concrete 43 N/A N/A Concrete&Bricks 44 N/A N/A Concrete&Bricks Blueberry flax (7)Sabal Green island ficus 45 (9)Live oak Crown of thorn Concrete&Bricks (7)Jatropha Orange Bird of Paradise Variegated Schefflera (9)Crape myrtles Crown of thorn (7)Live oak Green island ficus 46 (26)Sabal palm Bougainvillea`Silhouette' (7)Jatropha Orange Bird of Paradise (5)Thrinax Variegated Schefflera Perennial Peanut 47 N/A N/A Concrete/Rustic Oak Circle (12)Sabal Blueberry flax (13)Live oak Juniper 48 (3)Cassia(yellow) Orange Bird of Paradise (3)Crape myrtles Variegated Schefflera (6)Jatropha Perennial Peanut Muhly grass ITB#18-7254 Airport Pulling Road Landscape Maintenance 29 0 49 N/A Crown of thorn'Big Rose' Target turn lane Bougainvillea Helen Johnson' 50 (2)Live oak Flax lily Pine Ridge Road (14) Sabal Palms Green island ficus Crown of thorn 51 N/A Perennial Peanut (21)Sabal Bougainvillea Green Island 52 (1)Live oak ficus Cougar Drive (2)Crape myrtle Blueberry flax White Butterfly Iris Airport-Pulling Road(Cougar Drive to Vanderbilt Beach Road) `Section B' 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: Airport-Pulling Road(Cougar Drive to Vanderbilt Beach Road) Work Areas o Improved medians 53-66(Cougar Drive to Vanderbilt Beach Road)on Airport-Pulling Road o Improved medians 14-20 on Orange Blossom Drive o All side right-of-way areas on Orange Blossom Drive adjacent to our medians. o All side right-of-way areas on Airport-Pulling Road from US 41East to Cougar Drive o Right of way edges East Side Airport Pulling Road (Cougar to Vanderbilt Beach Road)property belonging to South Florida Water Management District.Need to be mowed as close to edge of swale as possible. AIRPORT PULLING(Cougar Drive—Vanderbilt Beach Road)Project Area: Medians 53-66&R/W Area ORANGE BLOSSOM(Airport Pulling-past Yarberry)Project Area: Medians 14-20&R/W Median# Plant Beds Bahia St.Augustine Turf Concrete Turf Pavers Areas/Separators 53 (Cougar) 0 SF 0 SF 0 SF 0 SF 2,927 SF 54 5,560 SF 0 SF 0 SF 0 SF 222 SF 55 2,465 SF 0 SF 0 SF 0 SF 0 SF 56 1,002 SF O SF O SF 468 SF O SF 57 2,734 SF 0 SF 0 SF 0 SF 0 SF ITB#18-7254 Airport Pulling Road Landscape Maintenance 30 58 2,173 SF 0 SF 0 SF 301 SF 0 SF 59 0 SF O SF O SF 319 SF O SF 60 4,117 O SF O SF 298 SF O SF SF 61 1,546 SF 0 SF 0 SF 599 SF 0 SF 62 4,515 SF O SF 0 SF 342 SF O SF 63 9,940 SF 0 SF 0 SF 682 SF 0 SF 64 5,972 SF 0 SF 0 SF 680 SF 0 SF 65 2,390 SF 0 SF 0 SF 340 SF 2,195 SF 66(VBR) EDGE OF RIGHT OF WAY MOWING(Original Installation) AIRPORT PULLING: Bahia Mowing(East Bahia Mowing(West Side)including behind side) PED railing By Others. 10,775 SF By Others 17,811 SF 6,580 SF 6,017 SF 6311 SF 10,577 SF 6,418 SF 12,476 SF 8,112 SF 4,860 SF 5,819 SF 3,824 SF 2,784 SF 2,410 SF 11,238 SF 1,985 SF 9,654 SF 2,100 SF 16,915 SF 2,350 SF 16,239 SF 2,590 SF ITB#18-7254 Airport Pulling Road Landscape Maintenance 31 0 4,835 SF 2,277 SF 6,761 SF 5,530 SF 12,031 SF 4,803 SF 13,055 SF 4,511 SF 12,315 SF 4,946 SF 10,486 SF 3,748 SF 10,487 SF 13,699 SF 10,332 SF 31,921 SF 170,372 SF. 149,210 SF 4. TOTAL West Side Right of Way Mowing: 170,372 SF 4. TOTAL East Side Right of Way Mowing(Alternate) 149,210 SF ❖ TOTAL Side Tree planting area(West side) 11,640 SF ❖ TOTAL Side Street Trees(West side) 96 trees Median Palms/Trees Plantings Comments 53 NA NA Concrete 27 Montgomery Palms 54 14 Sabal Palms Juniper 2 Oaks Ilex Shillings 3 Silver Buttonwood 7 Sabal Palms Indian Hawthorn 55 1 Bulnesia Juniper 16 Montgomery Palms Var.Arboricola 4 Foxtails Ilex Shillings 56 10 Montgomery Palms Var.Arboricola Butterfly Iris 4 Foxtails Green Island Ficus 57 2 Oaks Muhly Grass Ilex Shillings 58 14 Montgomery Palms Indian Hawthorn 8 Foxtail Palms 59 N/A N/A Bricks 9 Montgomery Palms Indian Hawthorn 60 11 Sabal Palms Ilex Shillings 2 Oaks Thryalllis 61 8 Alexanders Perennial Peanut 8 Foxtail Palms 8 Sabal Palms Green Island Ficus 62 1 Oak Fountain Grass 1 Silver Buttonwood Juniper ITB#18-7254 Airport Pulling Road Landscape Maintenance 32 0 • 16 Montgomery Palms Ilex Shillings 19 Montgomery Palms Ilex Shillings 63 5 Oaks Juniper 12 Sabal Palms 3 Foxtail Palms N/AN/A Brick 64 Juniper 22 Montgomery Palms Ilex Shillings 65 12 Foxtail Palms Thryallis Concrete 5 Sabal Palms Indian Hawthorn 2 Oaks Ilex Shillings 66 16 Montgomery Palms Juniper 5 Foxtail Palms Arboricola West Side 96 Magnolia NA ROW Orange Blossom Concrete Median# Plant Beds Bahia St.Augustine Turf Areas/Separators Turf Pavers 14(Orange 0 SF 0 SF 0 SF 0 SF 4,085 SF Blossom) 15 175 SF 0 SF 0 SF 0 SF 178 SF 16 2,798 SF 0 SF 0 SF 0 SF 897 SF 17 O SF O SF O SF O SF 1,036 SF 18 836 SF O SF O SF O SF 626 SF 19 2,110 SF OSF OSF OSF 488 SF 20 278 SF 0 SF 0 SF 0 SF 0 SF TOTALS: 52,440 SF 0 SF 0 SF 4,029 SF 12,654 SF Median Palms/Trees Plantings Comments 14 NA NA Concrete ITB#18-7254 Airport Pulling Road Landscape Maintenance 33 • 0 Juniper 15 3 Sabal Palms Indian Hawthorn 14Indian Hawthorn Sabal Palms Juniper 16 4 Alexander Palms Ilex Shillings 3 Silver Buttonwood 17 NA NA Concrete 18 5 Sabal Palms Juniper Indian Hawthorn Juniper 19 21 Sabal Palms Dwarf Carissa 2 Silver Buttonwood Ilex Shillings 20 3 Sabal Palms Juniper Bricks ORANGE BLOSSOM: Bahia Mowing(south Bahia Mowing(north side) side) 3,345 SF 2,314 SF 2,657 SF 10,251 SF 8,343 SF 4,980 SF 2,560 SF 3,134 SF 500 SF 1,410 SF 17,405 SF. 22,089 SF TOTAL North Side Right of Way Mowing: 17,405 SF TOTAL South Side Right of Way Mowing: 22,089 SF TOTAL Side Tree planting area:2,599 SF TOTAL Side Street Trees: 2 ITB#18-7254 Airport Pulling Road Landscape Maintenance 34 Exhibit B Fee Schedule following this page (pages 1 through 7 ) Page 16 of 17 Fixed Term Service Agreement#2017-002(Ver.1) • ITB 18-7254 Airport Road Landscape Maintenance Superior Landscaping& Lawn Service,Inc. Ft.Myers Cougar Blvd to Vanderbilt Beach Rd,2.70 Miles/US 41 East to Cougar Blvd,6.00 Miles Item Description UOM Unit Price SECTION I. 1.1 BASIC LANDSCAPE MAINTENANCE &IRRIGATION Work Area 1: Cougar Blvd to Vanderbilt Beach Road,2.70 Miles 1 Side ROW Mowing &Edging Bi-Weekly $ 1,000.00 2 Weeding Weekly $ 300.00 3 General Site Trimming Monthly $ 1,870.00 4 Street Cleaning Weekly $ 210.00 5 Trash Removal Weekly $ 210.00 6 Irrigation System Maintenance & Repair Weekly $ 380.00 Work Area 2: US 41 East to Cougar Blvd, 6.00 Miles Item Description UOM Unit Price 7 Side ROW Mowing & Edging Bi-Weekly $ 1,465.00 8 Weeding Weekly $ 585.00 9 General Site Trimming Monthly $ 2,290.00 10 Street Cleaning Weekly $ 218.00 11 Trash Removal Weekly $ 218.00 12 Irrigation System Maintenance& Repair Weekly $ 471.00 SECTION II. 1.2 SITE SPECIFIC MAINTENANCE Tree and Palm Maintenance, approximate quantities Canopy Trees (April - September) 13 Buttonwood (Silver,multi) Each $ 20.00 14 Cassia (yellow) Each $ 25.00 15 Crape Myrtle Each $ 20.00 16 Jamaican Capers Each $ 35.00 17 Jatropha Each $ 10.00 18 Live Oak Each $ 35.00 Palms (June) 19 Alexander Each $ 20.00 20 Foxtail Each $ 20.00 21 Montgomery Each $ 20.00 22 Sabal Each $ 25.00 23 Thrinax Each $ 35.00 Palms,Seed Pod Removals,as needed 24 Alexander Each $ 20.00 25 Foxtail Each $ 20.00 26 Montgomery Each $ 20.00 27 Sabal Each $ 25.00 28 Thrinax Each $ 35.00 Fertilization: Groundcover,Shrub,Tree, & Palm (Granular-County supplied / Liquid-Contractor supplied) 29 Application labor rate only (Granular fertilizer 8-2-12,County supplied),Turf, 50 LB Bag $ 6.00 Groundcover,Shrubs,Trees;Application is twice per year, approximately 66 bags per application. Page 1 of 7 � ITB 18-7254 Airport Road Landscape Maintenance Superior Landscaping&Lawn Service,Inc. Ft.Myers Cougar Blvd to Vanderbilt Beach Rd,2.70 Miles/US 41 East to Cougar Blvd,6.00 Miles Item Description l UOM Unit Price 30 Application labor rate only (Granular fertilizer,So-Po-Mag (0-0-22) County supplied), 50 LB Bag $ 10.00 Palms,Approximately 4 bags per application 31 Application labor rate only (Granular fertilizer,Micronutrients,County Supplied) 50 LB Bag $ 5.00 32 Application labor&materials (Drench) Lump Sum $ 850.00 (Sequestrene Iron,Contractor supplied) 33 Application labor&materials Lump Sum $ 850.00 (20-20-20 w/Ferromec AC 13-0-0 plus 6%Iron,Contractor supplied) Ornamental&Turf Spraying: Turf,Groundcover,Shrub,Tree,and Palm (Contractor supplied chemicals) Insecticides &Fungicides Application Labor&Materials (Foliar) Lump Sum $ 650.00 34 Groundcover,Shrubs,Trees Insecticides &Fungicides Application Labor&Materials (Drench) Lump Sum $ 850.00 35 Groundcover,Shrubs,Trees Root Application Labor&Materials-Minors/Liquid Fertilizer(Drench) Lump Sum $ 850.00 36 Groundcover,Shrubs,Trees 37 Herbicides Application Labor&Materials (Pre or Post Emergent) Lump Sum $ 950.00 Growth Regulator Applications(Contractor supplied -Trimtect®or Equivalent) 38 Growth Regulator Applications Labor&Material (Contractor supplied) Lump Sum $ 1,200.00 Pressure Cleaning (inclusive of all labor, materials,equipment to complete the work) 39 Brick Pavers &Concrete Surfaces-lump sum for all areas Lump Sum $ 900.00 SECTION III. 1.3 ADDITIONAL SERVICES Plant Materials&Services(unit price - see specifications for all inclusive items) 40 Crown of Thorns all varieties, Perennial peanut,jasmine,sea purslane,sensitive plant, 6"Pot $ 8.00 and other herbaceous perennials 41 Crown of Thorns all varieties, Perennial peanut,jasmine,sea purslane,sensitive plant, 8"Pot $ 12.00 and other herbaceous perennials 42 Crown of Thorns all varieties, Perennial peanut,jasmine,sea purslane,sensitive plant, 1 Gallon $ 15.00 and other herbaceous perennials 43 African Iris, Cordgrass all varieties, Plumbago, Lily of the Nile,Coontie,Florida Gama 1 Gallon $ 15.00 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 44 Ground Orchid,and Cast iron plant all varieties 1 Gallon $ 20.00 45 Cocoplum.Thryallis,allamanda all varieties, Bougainvillea all varieties,Ixora all 3 Gallon $ 15.00 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. Page2of7 ITB 18-7254 Airport Road Landscape Maintenance Superior Landscaping&Lawn Service,Inc.Ft.Myers Cougar Blvd to Vanderbilt Beach Rd,2.70 Miles/US 41 East to Cougar Blvd,6.00 Miles Item Description UOM Unit Price 46 Saw Palmetto,Sabal Minor,Ground Orchids,Wild Coffee,podocarpus all varieties, Bird 3 Gallon $ 45.00 of Paradise, Philodendron xanadu 47 Guava,Crape Myrtle all varieties,Crinum Lily,Hibiscus Standard,Jamacian Caper, 10 Gallon $ 200.00 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 48 Guava,Crape Myrtle all varieties,Crinum Lily,Jamacian Caper, Ligustrum,Myrsine, 15 gallon $ 300.00 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. 49 Guava, Crape Myrtle all varieties,Crinum Lily,Jamacian Caper,Ligustrum,Myrsine, 25 Gallon $ 400.00 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. 50 Guava,Crape Myrtle all varieties,Crinum Lily,Jamacian Caper,Ligustrum,Myrsine, 45 Gallon $ 600.00 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 gda Page 3 of 7 ITB 18-7254 Airport Road Landscape Maintenance Superior Landscaping & Lawn Service,Inc. Ft.Myers Cougar Blvd to Vanderbilt Beach Rd,2.70 Miles/US 41 East to Cougar Blvd,6.00 Miles Item IDescription UOM Unit Price 51 Guava,Crape Myrtle all varieties,Crinum Lily,Hibiscus Standard,Jamacian Caper, 65 Gallon $ 800.00 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 52 Guava,Crape Myrtle all varieties,Crinum Lily,Hibiscus Standard,Jamacian Caper, 100 Gallon $ 1,600.00 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, 53 Guava,Crape Myrtle all varieties,Crinum Lily,Hibiscus Standard,Jamacian Caper, 200 Gallon $ 3,000.00 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 54 =- ° -- - - - - - --- • --- e, - --- " - e - •- - , ---e •-• -e- , Each $ 1,500.00 .e. _ o _ _ __ :_ _ __ , _e•or all varieties,Wax Myrtlo, Rod , -e • • a ee , - - e e - - e.. : "* --, - - •* •• e ,__ _o __ _ _ _ _ ,mer,Megnelie,Healy all varieties, Lignum Raintroo. Line Item 54 sticken from the bid and no longer considered in the bid award(plant material size not provided) 55 Alexander Palm / 10'-16'OA, FG/RPG Each $ 720.00 56 Alexander Palm/8'-10'OA, FG /RPG Each $ 450.00 57 Bald Cypress/ 10'OA,FG Each $ 300.00 58 Bald Cypress/ 100 gal., FG/RPG Each $ 800.00 Page4of7 E. ITB 18-7254 Airport Road Landscape Maintenance Superior Landscaping& Lawn Service,Inc. Ft.Myers Cougar Blvd to Vanderbilt Beach Rd,2.70 Miles/US 41 East to Cougar Blvd,6.00 Miles Item Description UOM Unit Price 59 Coconut Palm/ 10'-15'GW, FG/RPG Each $ 2,250.00 60 Coconut Palm/Larger sizes,cost per foot of wood, FG/RPG Each $ 150.00 61 Crape Myrtle'Muskogee'/ 10'- 14'OA,FG/RPG Each $ 600.00 62 Crape Myrtle'Muskogee'/8'- 10'OA,FG/RPG Each $ 400.00 63 Crape Myrtle'Natchez'/ 10'- 14'OA,FG/RPG Each $ 600.00 64 Crape Myrtle'Natchez'/8'- 10'OA, FG/RPG Each $ 400.00 65 Crape Myrtle'Tuscarora'/ 10'- 14'OA, FG/RPG Each $ 600.00 66 Crape Myrtle'Tuscarora'/8'-10' OA,FG/ RPG Each $ 400.00 67 Hong Kong Orchid/ 10'-12', FG/RPG Each $ 500.00 68 Hong Kong Orchid/ 14'-20'OA, FG/RPG Each $ 700.00 69 Hong Kong Orchid/ 15'-35'OA, FG/RPG Each $ 1,350.00 70 Jatropha, 65 gallon Each $ 330.00 71 Ligustrum/8'X 8' Each $ 800.00 72 Live Oak 100 gal., FG/RPG Each $ 1,600.00 73 Live Oak 200 gal., FG/RPG Each $ 3,600.00 74 Live Oak 300 gal., FG/RPG Each $ 5,000.00 75 Magnolia'Little Gem'/ 100 gal.,FG/RPG Each $ 1,100.00 76 Magnolia'Southern'/ 100 gal.,FG/RPG Each $ 1,700.00 77 Maple Tree/ 100 gal.,FG Each $ 900.00 78 Maple Tree/ 12'OA,FG Each $ 400.00 79 Maple Tree/ 16'OA,FG Each $ 1,000.00 80 Montgomery Palm/ 10'OA, FG/RPG Each $ 300.00 81 Montgomery Palm/ 12'OA, FG/RPG Each $ 400.00 82 Perrinial Peanut Roll Each $ 900.00 83 Royal Palm/ 12'-16'GW,FG/RPG Each $ 2,320.00 84 Royal Palm/7'-10'GW, FG/RPG Each $ 2,000.00 85 Royal Palm/Larger sizes,cost per foot of wood,FG/RPG Each $ 300.00 86 Sabal Palm/ 10'-18'OA Each $ 370.00 87 Shady Lady Black Olive/ 10'- 18'OA, FG/RPG Each $ 1,400.00 88 Shady Lady Black Olive/ 16'-20'OA,FG/RPG Each $ 1,560.00 89 Sylvester Palm/FG 10'wd/RPG Each $ 3,000.00 90 Sylvester Palm/FG 6'wd/RPG Each $ 1,750.00 91 Sylvester Palm/FG 8'wd/RPG Each $ 2,400.00 92 Tabebuia, 12- 14'OA Each $ 675.00 93 Verawood/8'-10'OA,FG/RPG Each $ 320.00 94 Wax Myrtle/ 10'OA,FG/RPG Each $ 300.00 95 Wax Myrtle/ 12'OA,FG/RPG Each $ 600.00 96 Wax Myrtle/ 14'OA,FG/RPG Each $ 450.00 97 Bahia Sod Installed (labor&materials) Pallet $ 250.00 98 Bahia Sod Installed (labor&materials) Square Foot $ 0.45 99 Floratam Sod Installed (labor&materials) Pallet $ 275.00 100 Floratam Sod Installed (labor&materials) Square Foot $ 0.55 101 Organic Lee Compost Installed (labor&materials) Cubic Yard $ 160.00 Page 5 of 70 ITB 18-7254 Airport Road Landscape Maintenance Superior Landscaping&Lawn Service,Inc.Ft.Myers Cougar Blvd to Vanderbilt Beach Rd,2.70 Miles/US 41 East to Cougar Blvd,6.00 Miles Item Description UOM Unit Price 102 Organic Lee Compost Installed (labor&materials) Cubic Foot $ 65.00 103 Planting Soil Installed (labor&materials) Cubic Yard $ 120.00 104 Planting Soil Installed (labor&materials) Cubic Foot $ 25.00 Landscape Personnel Labor Hours 105 Landscape Supervisor Hourly $ 35.00 106 Landscape Laborer Hourly $ 25.00 Irrigation Personnel Labor Hours 107 Irrigation Supervisor Hourly $ 65.00 108 Irrigation Technician Hourly $ 55.00 109 Irrigation System Review Hourly $ 75.00 110 Irrigation Supervisor(After Hours (7:00 p.m.-6:30 a.m.)) Hourly $ 75.00 111 Irrigation Technician (After Hours (7:00 p.m.-6:30 a.m.)) Hourly $ 65.00 Mulching (2"mulch,2 cubic foot bags),Approximately 34,445 bags 112 Application labor&materials rate (Contractor to supply mulch) Bag $ 3.50 113 Application labor only rate (County supplied mulch) Bag $ 1.33 Tree and Palm Maintenance Services (all inclusive services to include labor,equipment,&materials) 114 Staking Large Palms (Caliper greater than 6") Each $ 150.00 115 Staking Small Canopy Tree Ly $ 95.00 (2x2 posts and guy wire,4"-6"caliper) 116 Staking Large Canopy Tree Each $ 150.00 (2x4 posts,greater than 6"caliper) 117 Restanding and Staking Small Palm Each $ 150.00 (4"-6"Caliper) 118 Restanding and Staking Large Palms Each $ 150.00 Caliper greater than 6") 119 Restanding and Staking Small Canopy Tree Each $ 170.00 2x2 posts and guy wire,4"-6"caliper) 120 Restaking Large Canopy Tree Each $ 200.00 (2x4 posts,greater than 6"caliper) 121 Reconstructive/Restoration or Reduction Tree Pruning Each $ 175.00 122 Hazardous Tree Pruning Each $ 225.00 123 Root pruning,re-planting,re-standing and staking with 2x4 (Tree or Palm) Each $ 395.00 124 Root Pruning,re-planting,re-standing and staking with 4x4 (Tree or Palm) Each $ 445.00 125 Root Pruning,re-planting,re-standing and staking with lodge poles Each $ 445.00 (Tree only) 126 Removal:Small Palms-Alexander,Pygmy Date,Montgomery,Thrinax,Cocothrinax, Each $ 225.00 (includes root balls and stumps) 127 Removal:Medium Palms-Foxtail&Sabal (includes root balls and stumps) Each $ 175.00 128 Removal:Large Palms-Royal&Bismarck (includes root balls and stumps) Each $ 250.00 Page 6 of 7 ITB 18-7254 Airport Road Landscape Maintenance Superior Landscaping & Lawn Service, Inc. Ft.Myers Cougar Blvd to Vanderbilt Beach Rd,2.70 Miles/US 41 East to Cougar Blvd,6.00 Miles Item Description UOM Unit Price 129 Removal:Small Trees-Trees up to 10 feet in height (includes root balls and stumps) Each $ 225.00 130 Removal:Medium Trees- 11 feet in height but less than 20 feet in height (includes root Each $ 475.00 balls and stumps) 131 Removal: Large Trees-20 feet in height and greater(includes root balls and stumps) Each $ 875.00 132 Stump tip overs (small) Each $ 175.00 133 Stump tip overs (medium) Each $ 285.00 134 Stump tip overs (large) Each $ 495.00 135 Soil replacement (fill in stump tip over hole) Cubic Yard $ 75.00 136 Cut Dead Palm to a 3' stump (All sizes) Hour $ 85.00 137 Cut Dead Tree to a 3'stump (All sizes) Hour $ 175.00 138 Debris Removal Cubic Yard $ 85.00 H. Equipment& Labor(All inclusive in unit price: equipment,fuel,labor,operator,supplies) 139 Bucket Truck Hourly $ 275.00 140 Water Truck Hourly $ 175.00 141 Crane Truck Hourly $ 465.00 142 Mini Excavator Hourly $ 225.00 143 Skid Loader Hourly $ 225.00 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. 144 Traffic Accident Clean up Hourly $ 65.00 J. Paver Replacements(All inclusive rate for labor,equipment,damaged material removal, hauling and disposal fees,and material installation). 145 Paver replacements Hourly $ 65.00 Materials markup percentage not to exceed 15%(non-bid line items,receipts required) 146 Materials markup Not To Exceed 15% ( 15% Page7of7 Other Exhibit/Attachment Description: Payment and Performance Bond KI following this page (pages 1 through 6 ) ❑ this exhibit is not applicable Page 17 of 17 Fixed Term Service Agreement#2017-002(Ver.1) (al Exhibit C-1 PUBLIC PAYMENT BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and , as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the _day of , 20_ with Oblige for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect sureties' obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.0592. In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20 , the name of under-signed representative, pursuant to authority of its governing body. CIP Signed, sealed and delivered in the presence of: PRINCIPAL: By: Witnesses as to Principal Name: Its: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this of 20 , by , as of , a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this of 20 , by_ , as of , Surety, on behalf of Surety. He/She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: 0 EXHIBIT C-2 PUBLIC PERFORMANCE BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and as Surety, located at (Business Address) are held and firmly bound to , as Oblige in the sum of ($ )for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 , with Oblige for in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract, and 2. Pays Oblige any and all losses, damages, costs and attorneys' fees that Oblige sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Oblige; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alternations or additions to the terms of the Contract or to work or to the specifications. Ca) This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Oblige for more than the penal sum of this Performance bond regardless of the number of suits that may be filed by Oblige. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL: By: Witnesses as to Principal Name: Its: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 by , as of , a corporation, on behalf of the corporation. He/She is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 20_, by , as of , Surety, on behalf of Surety. He/She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: Client#:71430 SUPLA ACORD.. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 4/25/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ACT Kaylee R. Fort Gulfshore Insurance, Inc-SFL PH/co;No,Ext):239 435-7151 �A/ca No), 239 213-2803 4100 Goodlette Rd N ADDRESS: kfort@gulfshoreinsurance.com Naples, FL 34103 239 261-3646 INSURER(S)AFFORDING COVERAGE NAIL# INSURER A:Wesco Insurance Company 25011 INSURED INSURER B•Commerce&Industry 19410 Superior Landscaping &Lawn Service,Inc INSURER C:Amerisure Mutual Insurance Company 23396 2200 NW 23rd Ave INSURER D Miami,FL 33142 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A GENERAL LIABILITY X X WPP159963600 12/01/2017 12/01/2018 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISESO(Ea occurrence) $1,000,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 7 POLICY XPRO LOC $ JECT A AUTOMOBILE LIABILITY X X WPP159963600 12/01/2017 12/01/2018 (Ea COMBIN accidEDent)SI �1,000,NGLE LIMIT 000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) X Drive Oth Car $ B x UMBRELLA LIAB X OCCUR BE012147156 12/01/2017 12/01/2018 EACH OCCURRENCE $4,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $4,000,000 DED X RETENTION$O $ C WORKERS COMPENSATION X WC209034404 12/01/2017 12/01/2018 X WCSTATU- &H- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE: 18-7254 Airport Road Landscaping Maintenance Collier County Board of County Commissioners is included as Additional Insured with regards to General Liability only as required by written contract per form CG2010 0413, Primary and Non-Contributory status per form CG2001 0413,Completed Operations on a Primary and Non-Contributory basis per form CG2037 0413, and Waiver of Subrogation in favor of Additional Insured per form GL990078 0912.Additional Insured status (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Collier Count Board of SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail E. Naples,FL 34112 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD KRF16 #S1271887/M1231435 DESCRIPTIONS (Continued from Page 1) on a Primary and Non-Contributory basis in regards to Auto Liability as required by written contract is determined per form CA990187 0715,including Waiver of Subrogation.Waiver of Subrogation in regards to Workers Compensation only as required by written contract is determined per form WC000313 0484. SAGITTA 25.3(2010/05) 2 of 2 #S1271887/M1231435