Loading...
Agenda 11/13/2018 Item #16A2111/13/2018 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (ITB ) No. 18-7458, “Nuisance Mowing and Debris Removal,” to: Collier Property Specialist, LLC, and authorize the Chairman to sign the attached agreement. OBJECTIVE: To provide nuisance abatement services in accordance with the Collier County Code of Laws and Ordinances, Chapter 54, Article VI, Sections 176, et seq. CONSIDERATION: The Code Enforcement Division is responsible for the enforcement of the Collier County Land Development Code and the Collier County Code of Laws and Ordinances within unincorporated Collier County. Several code provisions grant authority to the County to abate nuisances including litter/debris removal and mowing grass when a property owner fails to maintain its proper ty after legal notice and due process requirements are met. The Code Enforcement Division also administers a mandatory lot mowing program for repeat offenders that have failed to maintain their property. Properties with three or more lot mowing (nuisance) violations may be enrolled in the lot mowing program, and once enrolled, the property owner is responsible for direct costs, plus administrative costs for the maintenance provided by the County. A lien may be placed on the property if the property owner fails to pay the program cost. Vacant and foreclosed homes are also maintained under that program. Property owners and banks possessing title or holding the mortgage note are provided an invoice and given the opportunity to pay the invoice prior to a lien being placed on the property. A lien may be placed on the property if program costs are not reimbursed to the County. On August 2, 2018, the Procurement Services Department released Invitation to Bid No. 18 -7458 to 80 vendors for Nuisance Mowing and Debris Removal Services. Interested vendors downloaded fifty-four (54) bid packages, and the County received three (3) bids by the August 29, 2018 deadline. Staff recommends awarding to the lowest responsive and responsible bidder: Collier Property Specialist, LLC. Two G’s Lawn Care, LLC, failed to submit the required insurance certificate after numerous requests and will not be awarded as the Secondary Vendor. Staff has determined that Chuchi Bushhog’s pricing is not within the Division’s budget and will not be awarded as the Secondary Vendor The below chart shows the bids received by the County. Collier Property Specialist, LLC Two G’s Lawn Care, LLC Chuchi Bushhog Mowing North District $955 $1,035 $1,725 Mowing South District $955 $1,035 $1,725 Litter & Debris per cubic yd $175 $165 $300 FISCAL IMPACT: During fiscal year 2018, the Code Enforcement Division assigned 500 lot mowing/litter removals. Code Enforcement anticipates roughly 1,000 abatements in the fiscal year 2019. Costs associated with Nuisance Abatement services are budgeted in General Fund 111 within Code Enforcement Operations. It is estimated that a combined annual amount of $100,000 will be spent on this program for the Code Enforcement Division. The Code Enforcement nuisance abatement program invoices the property owners for the services rendered and if invoices are not paid within twenty (20) days, a lien is placed on the property. When a property is sold costs will be recovered at that time if not paid prior to sale. 16.A.21 Packet Pg. 779 11/13/2018 GROWTH MANAGEMENT IMPACT: While this item has no direct Growth Management Impact, it is consistent with the goals of the County to streamline and expedite the procurement of these required services. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To award Invitation to Bid No. 18-7458, “Nuisance Mowing and Debris Removal,” to: Collier Property Specialists, LLC, and authorize the Chairman to sign the attached Agreement. Prepared By: Marlene Serrano, Manager of Operations, Code Enforcement Division, Growth Management Department ATTACHMENT(S) 1. 18-7458 Bid Tabulation (PDF) 2. 18-7458 NORA (PDF) 3. 18-7458 Solicitation (PDF) 4. 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (PDF) 5. 18-7458 CollierPropSpec_Insurance _10-19-18_ (PDF) 16.A.21 Packet Pg. 780 11/13/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.21 Doc ID: 7010 Item Summary: Recommendation to award Invitation to Bid (ITB) No. 18-7458, “Nuisance Mowing and Debris Removal,” to: Collier Property Specialist, LLC, and authorize the Chairman to sign the attached agreement. Meeting Date: 11/13/2018 Prepared by: Title: Manager - Code Enforcement Operations – Code Enforcement Name: Marlene Serrano 10/10/2018 10:09 AM Submitted by: Title: Division Director - Code Enforcement – Code Enforcement Name: Michael Ossorio 10/10/2018 10:09 AM Approved By: Review: Code Enforcement Michael Ossorio Additional Reviewer Completed 10/10/2018 10:35 AM Growth Management Department Judy Puig Level 1 Reviewer Completed 10/10/2018 10:43 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 10/10/2018 10:46 AM Procurement Services Kristofer Lopez Additional Reviewer Completed 10/15/2018 9:44 AM Procurement Services Ted Coyman Additional Reviewer Completed 10/15/2018 11:19 AM Procurement Services Swainson Hall Additional Reviewer Completed 10/15/2018 2:44 PM Procurement Services Paula Brethauer Additional Reviewer Skipped 10/25/2018 10:42 AM Growth Management Department Marlene Serrano Deputy Department Head Review Skipped 10/19/2018 9:11 AM Growth Management Department Jeanne Marcella Department Head Review Completed 10/25/2018 10:44 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 10/31/2018 2:23 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 10/31/2018 2:28 PM County Attorney's Office Emily Pepin CAO Preview Completed 10/31/2018 2:58 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 10/31/2018 4:43 PM Budget and Management Office Mark Isackson Additional Reviewer Completed 11/01/2018 10:07 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 11/04/2018 2:42 PM Board of County Commissioners MaryJo Brock Meeting Pending 11/13/2018 9:00 AM 16.A.21 Packet Pg. 781 Bidder Instructions: 1. Complete pricing for all items listed below in blue. Item #Category I Description NORTH DISTRICT (Includes Immokalee) Price to the County Per Parcel SOUTH DISTRICT (Includes Port of the Isles/Goodland/Copeland) Price to the County per Parcel NORTH DISTRICT (Includes Immokalee) Price to the County Per Parcel SOUTH DISTRICT (Includes Port of the Isles/Goodland/Copeland) Price to the County per Parcel NORTH DISTRICT (Includes Immokalee) Price to the County Per Parcel SOUTH DISTRICT (Includes Port of the Isles/Goodland/Copeland) Price to the County per Parcel 1 Mowing Up to and including twenty-four (24) inches high and up to one-half (.5) acres.$75.00 $75.00 $120.00 $120.00 $125.00 $125.00 2 Mowing Up to and including twenty-four (24) inches and from one-half (.5) to one (1) acre $85.00 $85.00 $105.00 $105.00 $150.00 $150.00 3 Mowing Up to and including twenty-four (24) inches and from one (1) – two (2) acres $85.00 $85.00 $105.00 $105.00 $250.00 $250.00 4 Mowing Up to and including twenty-four (24) inches per acre (for lots greater than two (2) acres)$85.00 $85.00 $100.00 $100.00 $100.00 $100.00 5 Mowing Twenty-four (24) inches and including thirty-six (36) inches and up to one-half (.5) acres $85.00 $85.00 $100.00 $100.00 $125.00 $125.00 6 Mowing Twenty-four (24) inches and including thirty-six (36) inches and one-half (.5) to one (1) acre $85.00 $85.00 $95.00 $95.00 $150.00 $150.00 7 Mowing Twenty-four (24) inches and including thirty-six (36) inches and from one (1) to two (2) acres $85.00 $85.00 $90.00 $90.00 $250.00 $250.00 8 Mowing Twenty-four (24) inches and including thirty-six (36) inches per acre (for lots greater than two (2) acres) $95.00 $95.00 $80.00 $80.00 $100.00 $100.00 9 Mowing Over thirty-six (36) inches and up to one-half (.5) acre $85.00 $85.00 $80.00 $80.00 $150.00 $150.00 10 Mowing Over thirty-six (36) inches and from one-half (.5) to one (1) acre $95.00 $95.00 $80.00 $80.00 $200.00 $200.00 11 Mowing Over thirty-six (36) inches per acre (for lots greater than one (1) acre)$95.00 $95.00 $80.00 $80.00 $125.00 $125.00 12 Mowing MOWING TOTAL $955.00 $955.00 $1,035.00 $1,035.00 $1,725.00 $1,725.00 Index Category II Description NORTH DISTRICT (Includes Immokalee) Price to the County Per Cubic Yard SOUTH DISTRICT (Includes Port of the Isles/Goodland/Copeland) Price to the County per Cubic Yard NORTH DISTRICT (Includes Immokalee) Price to the County Per Cubic Yard SOUTH DISTRICT (Includes Port of the Isles/Goodland/Copeland) Price to the County per Cubic Yard NORTH DISTRICT (Includes Immokalee) Price to the County Per Cubic Yard SOUTH DISTRICT (Includes Port of the Isles/Goodland/Copeland) Price to the County per Cubic Yard Chuchibushhog Bid Tabulation 18-7458-Nuisance Mowing and Debris Removal Award Criteria: It is the intent of Collier County to award to the lowest, responsible and responsive primary, and secondary contractors per district, in accordance with the following methodology for each category including Mowing and Debris Removal. 2. There are two categories that have two districts for which line item bid pricing may be submitted: Mowing and Litter and Debris Removal for the North and South Districts; which includes the entire County. 3. Contractors must submit ALL LINE ITEM PRICING FOR THE CATEGORY OF WORK by DISTRICT for which a bid is being submitted. The contractor’s bid shall be deemed non-responsive if one, or any, line item pricing is missing from the category of work within the zone. (You are not required to bid on all categories, but not both districts) 4. By category and district, all line items will be totaled together to determine the TOTAL Price. The bidders shall be ranked from lowest to highest TOTAL price of Category 1 and 2 combined and district. Collier Property Specialist Two G's Lawn Care, LLC 16.A.21.a Packet Pg. 782 Attachment: 18-7458 Bid Tabulation (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris Removal) 13 Litter and Debris Removal Litter and Debris Removal: which may include, and not be limited to abatement of Appliances, motor vehicle parts, grills, tires, scrap metal, construction material, vegatative debris, furniture, or any other item large item as defined by the Department (inclusive of all disposal fees) $100.00 $100.00 $75.00 $75.00 $100.00 $100.00 14 Litter and Debris Removal Litter and Debris Removal; Fill Dirt (per cubic yard)$35.00 $35.00 $45.00 $45.00 $100.00 $100.00 15 Litter and Debris Removal Hourly Labor rate for edging, hedge trimming, tree trimming, blowing, and hazardous waste abatement $40.00 $40.00 $45.00 $45.00 $100.00 $100.00 16 Litter and Debris Removal LITTER AND DEBRIS TOTAL $175.00 $175.00 $165.00 $165.00 $300.00 $300.00 AWARD TOTAL $1,130.00 $1,130.00 $1,200.00 $1,200.00 $2,025.00 $2,025.00 Conflict of Interest Declaration Statement Immigration Affidavit W-9 Insurance Requirements Opened by: Kristofer Lopez, Procurement Strategist Witnessed by: Adam Northrup, Procurement Strategist Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes 16.A.21.a Packet Pg. 783 Attachment: 18-7458 Bid Tabulation (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris Removal) 16.A.21.b Packet Pg. 784 Attachment: 18-7458 NORA (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris Removal) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR NUISANCE MOWING AND DEBRIS REMOVAL SOLICITATION NO.: 18-7458 KRISTOFER LOPEZ, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8944 Kristofer.lopez@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.A.21.c Packet Pg. 785 Attachment: 18-7458 Solicitation (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris Removal) SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 18-7458 PROJECT TITLE: Nuisance Mowing and Debris Removal MANDATORY PRE-BID CONFERENCE: August 15, 2018 @ 1:30pm LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Collier County Code Enforcement Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. BACKGROUND The County is seeking proposals from qualified contractors for: mowing, bush-hogging and litter/debris removal services for properties located throughout Collier County, in accordance with Collier County Code of Laws and Ordinances Chapter 54, Article VI, Litter, Weed, and Exotic Control Ordinance and Florida Statutes 713.78 and 715.07. Historically, County divisions have spent approximately $96,000.00 annually on this type of work; however, this may not be indicative of future buying patterns. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options.. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. AWARD CRITERIA ITB award criteria are as follows: ➢ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: The lowest price per combined categories 1&2 for each district ➢ Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: It is the intent of Collier County to award to the lowest, responsible and responsive primary, and secondary contractor per combined categories 1&2 for each district. ➢ The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation . 16.A.21.c Packet Pg. 786 Attachment: 18-7458 Solicitation (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris Removal) DETAILED SCOPE OF WORK The awarded Contractor(s) shall provide the following services which includes, but is not limited to: mowing, bush-hogging and litter/debris removal in accordance with Collier County Code of Laws and Ordinances Chapter 54, Article VI, Litter, Weed, and Exotic Control Ordinance and Florida Statutes 713.78 and 715.07. These specifications are intended to provide the information by which Contractors may understand the minimum requirements of Collier County relative to this Agreement. It is the responsibility of the awarded contractors to adhere to these laws and regulations. Location of Work Areas: (lot sizes vary from < 1/8 acre to over 2 acres) • North District (Includes Immokalee City) • South District (Includes Everglades City) The quantity and location of the service areas listed above are not guaranteed as the number of possible violations cannot be predicted. Generally, the County has 50-70 properties that require service at any given time and the frequency is determined by environmental conditions. The County reserves the right to order services as required during the contract term, but does not guarantee any minimum or maximum. Due to changes in lot ownership, land development and lot owner exemptions, the County will not guarantee any number of lots for the term of this Agreement. The County intends to divide the two (2) categories of work into two districts with the dividing line between being Golden Gate Blvd, extending from the Gulf of Mexico to the Broward County line. The North District includes areas from North Naples to Immokalee City. The South District includes all unincorporated areas bordering the City of Naples and Marco Island. Also includes Copeland, Everglades City and incorporated areas in between. It is the County’s intent to award a primary contractor the north and south districts: Category 1: Mowing; Category 2: Litter and Debris Removal. Assignment of Work Once the primary vendor is notified of work assignments, they have three (3) days to accept the work assignment. If the County does not receive this acceptance within three (3) days, the secondary vendor could be afforded the opportunity to accept the work assignment. Category 1: Mowing • Mandatory Work: The work is described as a public nuisance determined to exist three (3) or more times after July 15, 2001, on a particular lot or parcel of unimproved property while under the same ownership. The County maintains an average of 40 lots each month; however, this amount of properties is not guaranteed and is subject to decrease or increase each month. These properties are expected to be mowed every 2 -4 weeks or as the County deems necessary. • Non-mandatory Work: The work is described as any accumulation of weeds, grass or similar non-protected overgrowth if any part of such accumulation is in excess of eighteen (18) inches in height and located on a mowable lot, in any Recorded or Unrecorded subdivision of Collier County. These properties are complaint driven and the amount can vary between 5 and 20 properties each month. These properties could require additional services to include edging, debris removal, minor tree branch trimming, and hedge trimming. (These additional services will be charged per Category 2 pricing, debris removal will be based on a cubic yard rate and the additional services will be based on the hourly rate) Category 2: Litter and Debris Removal Includes, but, is not limited to: clean-up, removal, proper disposal of appliances, motor vehicle parts, tires, scrap metal, or any other item large item as defined by the Division, and fill dirt if ordered. For both categories, the Contractor shall provide all labor (qualified personnel), material, supplies and equipment to perform required services, including but not limited to, mowing, bush-hogging and litter/trash removal in accordance with all specifications, terms and conditions specified herein and attached hereto. The County intends to use the awarded Contractors as described above for mandatory and non- mandatory mowing services, debris 16.A.21.c Packet Pg. 787 Attachment: 18-7458 Solicitation (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris Removal) removal, and on-call large abatement services. 1. General Requirements: In all cases, prior to each abatement operation, the Contractor shall pick up all litter and vegetative debris, and remove it from all areas to be abated, to ensure clean abatement conditions and preserve Contractor equipment. The Contractor shall abate sites in such a manner to avoid bumping, girdling, and/or causing any other damage to trees, shrubs, p lants, fences, and benches. The sites requiring abatement can and will be both public and private property which are under enforcement action taken by the County. Abatement is through authority provided under Ordinance and may be accompanied in some cases by Court Order which may or may not require an escort. 2. Initial Site Conditions: Contractor shall have the sole responsibility of satisfying themselves concerning the nature and location of the work and the general and local conditions, and particularly, but, without limitation, with respect to th e following: physical conditions at the work-site and the project area as a whole. The failure of the Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of his responsibilities to perform under this Agreement, nor shall it be considered the basis for any claim for additional compensation. 3. Abatement Conditions: The Contractor shall use mowing practices so not to create wheel ruts or worn areas in the turf. Any areas of turf that become water soaked during the term of this Agreement shall be mowed with twenty-one-inch (21” +/-) diameter hand walk behind type mowers to prevent wheel ruts in the turf caused by heavier type self -propelled rider mowers. The Contractor shall be responsible for repairing any ruts caus ed by their mowers at no additional costs to the County. 4. Photograph Requirements: All photographs shall be time and date stamped. The before photo showing the violation prior to Contractor abatement, and the after photo showing the site immediately after Contractor abatement. Photos must be in color and submitted in electronic format to the designated County representative within two days of submitting the invoices. Photos ar e to be taken from same angle and wide view. As the photographs may be used as evidence, the Contractor shall retain originals of said photographs either until payment is received by the County or until such a time as deemed appropriate by any other government authority as required by law. 5. Supervision of Employees: The Contractor shall designate a competent Supervisor, and at least 2 employees to complete the jobs, who is familiar with the terms and conditions of the contract and has authority to act as a single point of contact for the work to be performed, at all times, during the term of this Agreement. If the designated Supervisor is not acceptable to the County, the Contractor will be notified in writing, and shall assign a new Supervisor within seven (7) calendar days of the County’s notification. All communication, written or ora l, shall be solely in the English language. 6. Contractor Equipment: The Contractor shall provide all equipment to perform requested services, including but not limited to, riding and push mowers, string trimmers, edger, sweepers, blowers, chain saws, bush -hogging equipment, etc. The Contractor shall keep all blades sharpened to provide a smooth, clean cut. The Contractor shall not use any chemicals in the lawn maintenance process unless written approval has been granted by County representative(s) in writing. 7. Mowing: The Contractor shall mow at the interval identified in the individual abatement request, unless otherwise specified by the type of lawn maintenance required. Certain properties may be enrolled in the County’s Mandatory Lot Mowing Program which may require mowing bi-weekly during certain periods of heavy growth (May 1 through October 31), and monthly mowing from November 1st through April 30th, unless otherwise notified by Code Enforcement. The Contractor shall not mow under conditions wet enough to result in damage to turf or unsafe mowing conditions for the Contractor. 8. Scheduling Services: The Contractor shall have seven (7) calendar days from the date of notice to proceed to complete work related to the abatement, unless otherwise directed in writing, or unless specified as an emergency by Code Enforcement. The Contractor shall take every precaution to ensure the safety of all citizens and animals on and around subject property during abatement operations. 9. Site Work Hours: Regular work shall take place between the hours of 7:00 a.m. and 7:00 p.m., Monday through Sunday, unless preempted by scheduled activities. 10. Reports and Invoicing: The Contractor shall complete and submit with the invoice for payment, the form(s) provided to the Contractor with before and after photos - date and time stamped. Photos are to be taken from same angle and wide view. The Contractor will also be required to conduct on- site inspections with Code Enforcement or County’s Representative on an as needed basis to verify satisfactory completion of Contract requirements. 11. Equipment Required for Services: • Tractor w/ 60” bush hog or greater (optional, however, must have access as needed) 16.A.21.c Packet Pg. 788 Attachment: 18-7458 Solicitation (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris Removal) • Professional/Commercial Grade Riding Mower • Hand pushed mower(s) 2+ • Weed eater(s) 2+ • Power Blower(s) • Chainsaw • Power edger(s) • Trailer, dump trailer or dump truck suitable for hauling off debris from property clean up. This could be anything from garbage to appliances, furniture, tires, motor vehicle parts or other large items. • Brooms, rakes, shovels, hand trimmers, whatever may be needed to skillfully and safely perform the job in an efficient and timely manner. • Any other items necessary to accomplish the task. 12. Property Owner Complaint Process: For the purpose of reporting complaints, the Contractor shall contact the County’s Project Manager with any complaints at (239) 252 -2240. The Contractor will contact the Code Enforcement representative to notify County personnel of any complaints received within twenty-four (24) hours. If directed by the Project Manager, the Contractor shall address all complaints within five (5) working days of notification of knowledge of the incident. Damages not responded to or not resolved to the reasonable satisfaction of the County, shall be deducted from the Contractor’s invoice. The County is to receive copies of all complaints received (in writing) and, if applicable, have a record of their disposition/resolution. 13. Specifications a. Mowing: Assignment of job sites may require a one-time mowing or periodic frequency during the period from May 1 st through October 31st, or monthly during the period from November 1 st through April 30th. Mowing shall include all specified areas of the properties that are not currently maintained by the property owners, or as indicated on the Code Enforcement request. Swales and dry retention areas must be mowed prior to authorizing a vendor to enact the County’s Mandatory Lot Mowing Program, the Contractor will be asked to make a site visit and confirm the property size and frequency with the assigned Code Enforcement Investigator. Grass shall be cut at a height no less than three inches (3”). The frequency of cutting will be determined by Code Enforcement. All clippings, cut grass, and vegetative material (including but not limited to palm fronds, leaves, branches, etc.) shall be mulched or removed by the contractor. b. Edging: Edging of the turf shall be done along all sidewalk edges, back of concrete curbs, utility service boxes, street light base s, sign posts, headwalls, guardrails, timer pedestals, posts and trees. Gra ss root runners extending into the mulched areas shall be cut and removed when the edging is performed. Edging will also be required in all turf areas around isolated trees, sprinkler heads, valve boxes, shrubs, sign posts, manholes, etc. where they exist. All debris on streets, sidewalks or other areas resulting from edging shall be removed. No herbicide shall be used for edging. c. Blowing: All sidewalks, curbing and/or gutters including a four-foot (4’) area from the face of the curb and sidewalk areas sha ll be cleaned after each service. All sidewalks shall be blown clean. No clippings or other debris shall be blown or allowed to be deposited on other adjacent property or accumulate on right -of-way areas. d. Trash and Vegetative Debris Removal: With each service, all site areas shall be cleaned by removing all trash and debris to include, but not be limited to: paper, bottles, cans, other trash, and horticultural debris. The disposal of all trash and de bris must be at a proper landfill or disposal site. All d isposal fees, tipping fees or charges are to be included in the base cost of these services. 16.A.21.c Packet Pg. 789 Attachment: 18-7458 Solicitation (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris Removal) INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $ 1,000,000_ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the 16.A.21.c Packet Pg. 790 Attachment: 18-7458 Solicitation (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris Removal) Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amoun t, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, pub lished by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The sam e Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County . 12. Thirty (30) Days Cancellation Notice required. 1/17/18 – GG Name of Firm _______________________________________ Date _____________________ Vendor Signature ____________________________________________________________________ Print Name ____________________________________________________________________ Insurance Agency ____________________________________________________________________ Agent Name _______________________________________ Telephone _________________ 16.A.21.c Packet Pg. 791 Attachment: 18-7458 Solicitation (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris Removal) 16.A.21.dPacket Pg. 792Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 793Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 794Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 795Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 796Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 797Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 798Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 799Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 800Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 801Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 802Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 803Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 804Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 805Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 806Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 807Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 808Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 809Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 810Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 811Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 812Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.dPacket Pg. 813Attachment: 18-7458 CollierPropSpec_Contract_VendorSigned_Updated_10-31-18 (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris 16.A.21.ePacket Pg. 814Attachment: 18-7458 CollierPropSpec_Insurance _10-19-18_ (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris Removal) 16.A.21.ePacket Pg. 815Attachment: 18-7458 CollierPropSpec_Insurance _10-19-18_ (7010 : Bid (ITB) 18-7458 “Nuisance Mowing and Debris Removal)