Loading...
Agenda 02/26/2019 Item #16A11 Proposed Agenda Changes Board of County Commissioners Meeting February 26,2019 Item 6A rescheduled to March 26,2019: Public petition from Tom Despard to propose measures to improve sound dampening in new multifamily dwellings(not more than three stories in height) built in Collier County. (Petitioner's request) Move Item 17C to Item 9C: Recommendation to adopt an ordinance amending ordinance No.2002-63,which established the Conservation Collier Program. (Commissioner Saunders' request) Add-On Item 10B: Recommendation to waive any failure to meet any contract deliverable, and to authorize payment of outstanding pay requests for Economic Incubators,Inc.totaling $87,897.65,and to provide direction on future contract deliverables. (Commissioner Saunders' request) Move Item 16A11 to Item 11E: Recommendation to award an Agreement for Invitation to Bid No. 19-7511,"Davis Boulevard Landscape Maintenance"to Florida Land Maintenance, Inc. d/b/a Commercial Land Maintenance. (Commissioner McDaniel's request) Move Item 16K4 to Item 12A: Recommendation to direct the Hearing Examiner to hear the appeal filed by London of Naples,Inc. of the administrative denial of the Insubstantial Site Plan Amendment SDPI-PL20180002049 for Gateway formerly known as Trio. The subject property consisting of 1.98±acres is in the General Commercial(C-4)zoning district within the Mixed Use Subdistrict of the Gateway Triangle Mixed Use Overlay at the eastern corner of the intersection of Davis Boulevard and Tamiami Trail East in Section 11,Township 50 South and Range 25 East, in Collier County,Florida. [PL20190000305] (Commissioner Fiala and Commissioner McDaniel's separate requests) Move Item 16B1 to Item 14B1: Recommendation that the Board,acting as the Community Redevelopment Agency Board (CRAB),approve an Access Easement over property owned by the Community Redevelopment Agency in the Gateway Triangle Mixed Use District Overlay. (Commissioner McDaniel's request) Time Certain Items: Item 13A to be heard immediately following Item 7-Public Comments Item 10B to be heard immediately following Item 13A Item 9B to be heard immediately following Item 11A 2/26/2019 4:14 PM 02/26/2019 EXECUTIVE SUMMARY Recommendation to award an Agreement for Invitation to Bid No. 19-7511, “Davis Boulevard Landscape Maintenance” to Florida Land Maintenance, Inc. d/b/a Commercial Land Maintenance. OBJECTIVE: To award a full-service landscape maintenance contract for services on Davis Boulevard from County Barn Road to Santa Barbara Boulevard, approximately .73 miles. CONSIDERATIONS: On October 16, 2018, the County publicly advertised Invitation to Bid (ITB) solicitation # 19-7511 “Davis Boulevard Landscape Maintenance.” The Procurement Services Division sent 5,021 notifications of the ITB to vendors, fifty-one (51) vendors viewed the bid package, and the County received two (2) bids by the November 16, 2018 due date. Staff recommends award to Florida Land Maintenance, Inc. d/b/a Commercial Land Maintenance, the lowest responsive and responsible bidder as reflected in the following table: Vendor Year 1 Prices Year 2 Prices Year 3 Prices Florida Land Maintenance d/b/a Commercial Land Maintenance $171,251.25 $179,813.81 $188,804.50 Superior Landscaping & Lawn Service $257,689.75 $258,629.75 $258,629.75 The bid tabulation line item quantities and service frequencies were approximate numbers and values for bidding purposes only. The Road Maintenance Division shall set the quantities and service frequencies in the monthly work notification. Staff will monitor costs closely and reduce incidental work by increasing in-house labor to perform services, when allowable. The Agreement provides for a three (3) year term with the possibility of two (2), one (1) year renewals. FISCAL IMPACT: The estimated annual spend under this Agreement is $195,000. Funding for these services is budgeted annually within the Landscape Maintenance Operations section of the Road Maintenance Division, which is contained within the Unincorporated General Fund (111). LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. RECOMMENDATION: To award an Agreement for ITB No. 19-7511 “Davis Boulevard Landscape Maintenance” to Florida Land Maintenance, Inc. d/b/a Commercial Land Maintenance and to authorize the Chairman to sign the attached Agreement. Prepared by: Melissa Pearson, Contract Administration Specialist, Growth Management Department ATTACHMENT(S) 1. 19-7511 NORA Signed (PDF) 2. 19-7511 Solicitation (PDF) 3. 19-7511 Bid Tabulation (PDF) 4. 19-7511 FloridaLandMaintenance_Contract_VendorSigned (PDF) 5. 19-7511 FloridaLandMaintenace_Insurance_1-3-19 (PDF) 16.A.11 Packet Pg. 642 02/26/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.11 Doc ID: 7716 Item Summary: Recommendation to award an Agreement for Invitation to Bid No. 19 -7511, “Davis Boulevard Landscape Maintenance” to Florida Land Maintenance, Inc. d/b/a Commercial Land Maintenance. Meeting Date: 02/26/2019 Prepared by: Title: Contract Administration Specialist – Road Maintenance Name: Melissa Pearson 01/10/2019 3:11 PM Submitted by: Title: Division Director - Road Maintenance – Road Maintenance Name: Travis Gossard 01/10/2019 3:11 PM Approved By: Review: Road Maintenance Joseph Delate Additional Reviewer Completed 01/11/2019 7:20 AM Growth Management Department Pamela Lulich Additional Reviewer Completed 01/14/2019 6:34 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/14/2019 8:02 AM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 01/14/2019 9:42 AM Procurement Services Kristofer Lopez Additional Reviewer Completed 01/15/2019 7:43 AM Growth Management Department Gene Shue Additional Reviewer Completed 01/15/2019 5:19 PM Procurement Services Sandra Herrera Additional Reviewer Completed 01/16/2019 9:16 AM Growth Management Department Christine Arnold Level 1 Reviewer Completed 01/18/2019 9:52 AM Procurement Services Swainson Hall Additional Reviewer Completed 01/22/2019 9:01 AM Procurement Services Ted Coyman Additional Reviewer Completed 01/22/2019 9:35 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 01/23/2019 9:53 AM Growth Management Department James C French Deputy Department Head Review Completed 01/23/2019 7:17 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 01/24/2019 2:34 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 01/24/2019 4:24 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 01/24/2019 4:56 PM Budget and Management Office Mark Isackson Additional Reviewer Completed 01/25/2019 3:00 PM 16.A.11 Packet Pg. 643 02/26/2019 County Manager's Office Heather Yilmaz Level 4 County Manager Review Completed 01/31/2019 10:11 AM County Manager's Office Nick Casalanguida County Manager's Office Completed 02/20/2019 9:32 AM Board of County Commissioners MaryJo Brock Meeting Pending 02/26/2019 9:00 AM 16.A.11 Packet Pg. 644 12.06.2018 16.A.11.a Packet Pg. 645 Attachment: 19-7511 NORA Signed (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR DAVIS BOULEVARD LANDSCAPE MAINTENANCE (COUNTY BARN RD TO SANTA BARBARA BLVD), WORK AREA 26 SOLICITATION NO.: 19-7511 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.11.b Packet Pg. 646 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 19-7511 PROJECT TITLE: Davis Boulevard Landscape Maintenance (County Barn Rd to Santa Barbara Blvd), Work Area 26 LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: November 16, 2018 @ 10:00 A.M. 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 Road Maintenance Division (hereinafter, the “Division”), 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 Specificat ions or Scope of Work stated. BACKGROUND Landscape Operations is responsible for maintaining multiple roadway medians and sides of right-of-way throughout Collier County. The County intends to award a qualified landscape maintenance contractor to provide landscape maintenance services on Davis Boulevard from County Barn Road to Santa Barbara Boulevard. This section of roadway is currently under construction for landscape and irrigation installations. The completion date for this project is January 5, 2019. TERM OF CONTRACT The contract term, if awards are made is intended to be for (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. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in ef fect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. 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 16.A.11.b Packet Pg. 647 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) below: • Lowest Total Bid ➢ 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 val ue to the County; however, it is the intent to: • Identify a Single Awardee ➢ The County reserves the right to issue a formal contract, standard County Purchase Order, or utilize the County Purchasing Card for the award of this solicitation. DETAILED SCOPE OF WORK The 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. The contractor shall be required to follow Green Industries Best Management Practices for Florida friendly plants. Work Area 26: Davis Boulevard from County Barn Rd to Santa Barbara Blvd; approximately .73 miles □ Improved medians numbers 28 through 32 □ North and South right-of-way areas including Davis Blvd from County Barn Rd to Santa Barbara Blvd. Brief Description of Purchase County intends to award qualified contractor to provide landscape maintenance services as listed in this solicitation for a three (3) year term with two (2), one (1) year renewals. Awarded contractor(s) shall be responsible for providing full services in maintain ing the medians and sides of right-of-way (ROW), sustaining the quality and health of the plant materials. The contractor(s) 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. The contractor(s) 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. The 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 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. 16.A.11.b Packet Pg. 648 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 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 “Site Specifications” has detailed descriptions of each work area. The work areas are awarded in “as is” conditions, and the contractors/subcontractors are highly encouraged to visit each work area for a full assessment before bidding. Services for landscape maintenance may require services weekly, monthly, quarterly, or on an “as needed” basis. Division determines the schedules to sustain the quality and health of plant materials within the medians and sides of ROW improved areas. The 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 applicat ions; 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. 1. Specifications These services are inclusive of furnishing labor, supervision, equipment, tools, materials, and MOT to perform the work , and they shall be included in the unit prices bid. Use current techniques and standards approved by the University of Florida, Institute of Food and Agriculture Services (UF/IFAS). Collier County expects the successful contractor(s) to comply with all terms of this bid fully. Every item and schedule is an essential element of the bid, and the contractor/subcontractor shall adhere to them. The bid tabulation quantities are approximate, and the frequencies for services are suggestions for bidding purposes. T hese services or service frequencies may increase or decrease at the discretion of the Division. Contractors shall perform services at their bid prices; refusal to perform any services at bid prices may be subject to contract termination. 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. There are two (2) mowing schedules during the calendar year consisting of a Winter Schedule that starts on November 1st through April 30th with biweekly services, and the Summer Schedule starts May 1st through October 31st with weekly services. However, the Division shall set the service frequencies on the monthly schedule issued to the contractor before the commencement of services. 1.1.1 Mowing The number of mowing services may be modified b y 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, the 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. 16.A.11.b Packet Pg. 649 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 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 the 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. Mo wed 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. l. Turfgrass showing visible signs of heat stress, disease, and irr igation 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, utility holes, 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 Weed control is within the medians and the sides of ROW to include bedding plants, perennials, shrubs, trees, sidewalks (asphalt, concrete or paver), guardrail bases, tree grates, curb joints, and mulched areas. Perform services weekly, or as necessary, to provide a reasonably weed -free and a visually well-maintained area approved by the Landscape Operations Manager and Landscape Supervisor. The contractor must control weeds in landscape plantings using a combination of non - chemical (manually) and chemical methods. Post-emergent products must contain Glyphosate herbicide to control weeds, 16.A.11.b Packet Pg. 650 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) and it will require the contractor to add a blue tracker, tracer dye, to the product before treatments. Incomplete weeding wi ll cause invoice rejection for this line item. Additionally, the contractor may have deductions for non-performance. 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. f. Prune groundcovers and shrubs to eighteen inches (18”) in height by October 1st 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. Bougainvillea’s and Green Island Ficus maintain twenty-four inches (24”) throughout the year. l. Asian Jasmine and Perennial Peanut are to be top sheered with side edging/sheering. m. Prune ornamental grasses once a year, only after the blooming season, at the plant base to remove old growth. Do not cut grasses in a flat top method. Varieties include, but are not limited to Fountain, Muhly, Florida Gama, and Fakahatchee. n. Do not prune Liriope muscari without Division approval and guidance. o. Remove old leaves and dead flowering growth on the Blueberry Flax, Agapanthus, Bird of Paradise, Iris, and other similar varieties. p. 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 four feet (4’) area from the face of gutters, curbs, turn lanes, medians, and sidewa lks 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 The 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 performed 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. Work consists of weekly irrigation systems visual inspections to determine if systems are functioning normally but may 16.A.11.b Packet Pg. 651 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 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. The 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. 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 Irrigatio n 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 discovering a major issue, the contractor must bring it to the Division Representative’s attention immediately. The contractor/subcontractor may suffer damages for failure to notify Division. 1.1.7.4. Irrigation Crew Size and Communication Device 16.A.11.b Packet Pg. 652 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 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 a 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 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, 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. R educing. 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. 16.A.11.b Packet Pg. 653 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 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 effects on the tree and is not an acceptable practice. v. Thinning crown requires approval by Division Landscape Supervisor, and the percentage of foliage must be specified. The removal percentage is between ten-fifteen percent (10%-15%) percent and should not exceed 25 percent (25%) of the foliage when using pruning to thin methods. c. Raising Pruning to raise, elevate, or lift tree canopy by selective removal of branches to provide vertical clearance. i. Crown raising shortens or removes lower branches of a tree to provide clearance for buildings, signs, vehicles, pedestrians, and vistas. Live crown to clear trunk ratio should be no less than 50 percent when raising is completed. ii. Structural pruning should be considered with raising according to ANSI standards. When raising, the desired clearance should be specified by Division Landscape Supervisor. iii. Branches over paved areas should be shortened or removed to allow approximately ten feet (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 are 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 d iameter, 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. 16.A.11.b Packet Pg. 654 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 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. 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 fronds 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 The 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 wit hin Collier County limits. The 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 to perform this work safely. Most in-depth information will be provided at the time that services are needed. 1.2.2. Fertilization Follow UF/IFAS guidelines for turfgrass fertilization. Contractor/subcontractor must have valid licenses issued by Florida Department of Agriculture and Consumer Services for Limited Urban Commercial Fertilizer Applicator Certification (FDACS LUFAC). a. Provide fertilization services four (4) times a year in March, June, September, and December. Only twice (2) a year if using six (6) month application rate. b. Contractor shall ensure that fertilization scheduling does not exceed the fertilizer label rate prescribed and complies with state and local ordinances. It is important to note that local fertilizer regulations may prohibit the use of nitrogen fertilizers during the summer months. c. Division Representative may request additional fertilizer applications at any time. d. Applied at a rate of 1.5 lbs. per 100 square feet. e. Broadcasted throughout the median planting beds and turf areas. f. All tree pit areas should be fertilized evenly. g. No fertilizer ring around trees under any circumstances. If a ring is formed, contractor/subcontractor is required to return to the site and spread the fertilizer correcting the situation at their expense. This may include contractor/subcontractor purchasing additional fertilizer because applied fertilizer may not be able to spread. h. Fertilizer is purchased by Collier County under an Annual Contract and coordinated with the Contractor for delivery purposes. i. Immediately remove fertilizers from curbs and sidewalk areas to avoid staining. 1.2.2.1. Fertilization Applications Contractor/subcontractor shall use deflector shields on all application equipment to minimize the inadvertent application of fertilizer in non-plant areas. Contractor shall blow, sweep, or wash back into the landscape any fertilizer deposited on paved or impervious surfaces. 16.A.11.b Packet Pg. 655 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 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, the contractor shall fertilize one or the other of the plant types, but not both. 1.2.2.3. Palm Fertilization Palms have different nutritional requirements from other landscape plants. They suffer quickly and conspicuously from inadequate mineral nutrition, whether due to insufficient or incorrect fertilization. Division’s Landscape Supervisor will provide the fertilization schedule. Note: Fertilize palms with a granular slow-release fertilizer three to four times per year. An acceptable formulation is 8-0-12-4 (N, P, K, Mg plus micro-elements). 1.2.2.4. Turf Fertilization Notify Division Landscape Supervisor of any plant or turfgrass nutrient deficiency symptoms and provide the recommended measures for correction. a. Treat deficiencies of specific nutrients with applications of the lacking nutrient in accordance with University of Florida IFAS recommendations until deficiencies are corrected, or as directed from Division Landscape Supervisor. Must have prior approval. b. The number of applications of fertilizer depends on the type of plant material. Apply the minimal amount of fertilizer needed, or as directed from Division Landscape Supervisor. c. Adjust fertilizer rates according to health, maturity, and desired growth patterns. 1.2.2.5. Fertilization for Establishment During the establishment phase for shrubs, trees, and ground covers, fertilize landscape plants with a slow- release fertilizer as per University of Florida IFAS recommendations. Shrubs and groundcovers shall have the fertilizer blown or fan raked off following the broadcast application. Immediately after the fertilizer is applied, the areas shall be watered. 1.2.3. Pest Control It is required that the contractor/subcontractor performing services have the following licenses and certifications: State of Florida Pesticide License, State of Florida Certified Pest Control Operator and Collier County Pest Control License. Pest Control Firm shall make on-site inspections and provide written reports to the Divisio n 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. 16.A.11.b Packet Pg. 656 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 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 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 Transportatio n, 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 plant materials shall be submitted in writing to Division Landscape Supervisor for review and approval. All chemicals used shall be approved for use by the Environmental Protection Agency for its intended use and area of use. 1.2.3.6. Application Schedule Division’s Landscape Supervisor shall provide approval before applications occur. Contractor /subcontractor that apply chemicals without schedules and prior approval may have invoices rejected by the Division and services not paid. 1.2.3.6.1. Turf Areas: Insecticides & Fungicides - Applications on an as needed basis; Herbicides - Application on an as needed basis, Post-emergent in November, January and March or on an as-needed basis with approval. 1.2.3.6.2. Groundcovers, Shrubs, and Trees: Insecticides & Fungicides - Applications on an as needed basis with approval 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. 16.A.11.b Packet Pg. 657 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 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. 1.2.4.1. 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 the 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 IFAS Publication ENY- ENY-298, Landscape Integrated Pest Management, at http://edis.ifas.ufl.edu/in109. 1.2.4.2. 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. 1.2.4.3. 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. 1.2.4.4. 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 tht 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. 16.A.11.b Packet Pg. 658 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 3. Utilizing mechanical and cultural practices first, when available. 4. Preserving natural, biological control organisms. 5. Spot-treating insect pest-infested areas when possible, rather than cover spraying the landscape. c. When possible, 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. The 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 the 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 expans ion. 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 e. Target Pest f. Chemical used (trade name, active ingredient, amount of formulation, amount of water) g. Adjuvant/surfactant and amount applied if used h. Area treated (acres or square feet) and location i. Quantity of pesticide used j. Application equipment k. Any Additional remarks, such as the severity of the infestation or life stage of the pest l. Follow-up date to check the effectiveness of the application. 16.A.11.b Packet Pg. 659 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 1.2.10. Pressure Cleaning & Paver Services 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 clea n-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 Contractors bidding roadway(s) are required to submit prices for this section. These services may be requested from the division throughout the contract term. Contractor’s refusal to provide services in this category may result in contract termination. 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. Site preparation for new planting includes planting soil. c. Installation of 2 bubblers for trees and palms d. Staking, if needed, includes labor and staking and guy materials e. County specialty mulch and labor to install two inches (2”) in replacement area(s). f. Hand watering or water truck when irrigation is non-functional or if it does not exist. g. Hand watering at planting for stabilization h. A written watering schedule recommendation of installed materials through establishment that includes the irrigation controller and zone number. i. Modify existing irrigation and adjust for 100% water coverage on plant materials. j. Existing plant material and debris removal, hauling, d isposal, and disposal fees. k. Provide one (1) year warranty on materials. l. 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. 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 work. 1.3.4. Mulch The division may request 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” (For mula: 40 Rojo, 7 lb., 100% Pine). An approved equivalent may be bid that meets or exceeds the specifications; a sample must be submitted for color verification and consistency along with specification documentation. 16.A.11.b Packet Pg. 660 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 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. Mulch pieces exceeding 3-1/2 inches must be removed immediately by the contractor/subcontractor. 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 mulch material against trunks, plant bases, on plants, or plant stems; taper mulch down to the soil at these 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. l. Rake smooth mounded areas so that depth does not exceed three inches (3”). m. Do not pile mulch against any plant branches or trunks. n. Maintain mulch areas one foot (1’) from 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 or valve boxes. q. Division notifying contractor/subcontractor that the mulch was improperly installed must be corrected immediately, at no additional charge to the County. r. Mulching services to be completed by the Division’s established timelines. 1.3.5 Tree and Palm Maintenance Services Work may require re-planting, re-standing, and 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 tru ck, 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. 16.A.11.b Packet Pg. 661 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 1.3.5.3. Root Pruning, Replanting, and Staking of Palms and Trees Refer to IFAS Storm Publication, by Dr. Ed Gilman; American National Standards Institute. 2001. American National Standard for tree care operations—Tree, Shrub, and Other Woody Plant Maintenance— Standards practices (Pruning). ANSI A300 (part 1). New York: American National Standards Institute. a. Includes root pruning to cut, remove circling roots, and or defective roots. b. Root Pruning removes root defects near the trunk base, then replanting or standing the plant material, and staking as appropriate with 2x4, 4x4, or lodge poles. 1.3.5.4. Removal (Trees & Palms) Removing trees and palms that no longer have viable life, that pose risks to a public right-of-way, damaged trees that cannot be pruned or developed into a safe, viable crown with restoration pruning, and crown reduction may cause property damage or personal injury. All -inclusive costs include labor, equipment, machinery, root ball and stump removal, soil replacement, loading and hauling debr is 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 root balls and stumps that were damaged by accidents, weather events, disease, or damage. Cost inclusive of labor, equipment, machinery, removal of root ball 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 work. 1.3.7. Emergency Response Labor Hours The contractor shall have the capability to receive and to respond immediately to call of an emergency after 5:00 p.m., Monday through Friday, and 24 hours during weekends and holidays. Examples emergency calls received by the County may be referred to the contractor for immediate response. a. Contractor shall respond to emergency calls within two (2) hours from time of notification and shall notify the Landscape Operations Manager or Landscape Supervisor upon completion of the call out and the work performed. b. Contractor shall designate a person(s) who shall be available to respond to emergency calls 24 hours per day. c. Contractor shall submit telephone numbers(s) to the Landscape Operations Manager and Landscape Supervisor that can be used to obtain emergency service on a 24-hour basis. d. Upon arriving at an emergency, it shall be the responsibility of the Contractor to eliminate all unsafe conditions which would adversely affect the health, safety or welfare of the public or notify the Landscape Operations Manager or Landscape Supervisor if that is not possible. e. Failure to respond within two (2) hours of an attempt to contact may result in a $100 penalty per incident at the Division’s discretion. 1.3.8. 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. 16.A.11.b Packet Pg. 662 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 1.3.9. 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. The 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 veri fy the cost invoiced to County. Failure to submit backup receipts for non-bid line items, invoices will be rejected. 1.3.10. Materials Markup Percentage The 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 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)) The 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 the Hazard Communication Standard (HCS) for chemical manufacturers, distributors, or importers to provide communication of hazardous chemical products documentation for all products and chemicals utilized in the performance of the contract. 1.4.5. Safety Contractor shall use caution while working in County Right-of-Ways and roadways. Contractor/subcontractor shall use extra caution when spraying chemicals to avoid harm to others and avoid damage to non -targeted plant materials. Chemicals spills shall be reported by contractor/subcontractor employees to the Division and Florida Department of Environmental Protection (FEDP) if required. Any damages that require repairs or replacement shall be the contractor/subcontractor responsibility and at 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. 16.A.11.b Packet Pg. 663 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 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 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 and Connie Deane connie.deane@colliercountyfl.gov, 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 resulting in damages are dying plants, shrubs, trees, grass or foliage because of contract performance neglect by the contractor, contractor's employees, or subcontractors. Failure of the contractor to provide ramps or other devices to gain access over the curbs into medians causing curb or turf areas damages re quires replacement 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 they bid specifications. 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 Either party may request meetings throughout the contract term, and it may require mandatory attendance. There are no additional costs to the County for these meetings. 1.4.12. Notice to Begin Work (NTBW) The issuance of a Notice to Begin Work, or an email from the Landscape Division Representative (only in the absence of the Contract Administration Specialist), is a requirement for work to commence. The notification shall have a commencement and completion date. No work shall commence without an NTBW or email authorization from the Landscape Division Representative. 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. One (1) example of an inexcusable delay is the contractor not having sufficient equipment to complete services. 16.A.11.b Packet Pg. 664 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 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. Granting of time extensions requires a revision to the Notice to Begin Work or an email from the Landscape Division Representative (only in the absence of the Contract Administration Specialist). 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. 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 servic es are weekly; however, dependent upon various situations that may occur, the schedule may be decreased or increased at the Division’s discretion. c. Work schedules are Monday through Friday when County offices are open. d. Any work schedule changes require notification via email to Division Supervisors and Inspector. This is a mandatory requirement for contract compliance. Note: Division reserves the right to change schedules as needed for seasonal, weather, or work conditions, or if it is in the best interest of the County. 1.4.16. General Maintenance Report Sheets (GMRS) GMRS shall be completed on a weekly basis, signed by contractor/subcontractor, and it must be submitted via email to Division’s Landscape or Irrigation Supervisor the next day following completion of services. Additionally, it must be submitted with the invoice on a monthly. 16.A.11.b Packet Pg. 665 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 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 near 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 Deficiency Notification The division will issue the contractor/subcontractor with a Performance Deficiency Notification form following inspections showing a record of deficiencies noted from the inspection, and the Inspector shall email to the contractor/subcontractor the same day. The notification has three (3) markings, I = Incomplete (Complete in 7 calendar days), N = Needs Improvement (Correct in 7 calendar days), and U = Unacceptable (Correct in 72 hours). The corrective action requires completion within the specified time frames, and the contractor/subcontractor shall notify the Inspector upon completion of deficient work. Upon re -inspection, the Inspector will update the Performance Deficiency Notification form next to the deficient items with UN = Uncorrected or C = Corrected. The Inspector will sign and date the form and email the contractor/subcontractor the re -inspection findings the same day as the re-inspection. Invoices may be subject to payment deductions or delays if deficiencies are not corrected. 1.4.20. Non-Performance 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. These items may be subject to non-payment of the line item, a deduction, or a deduction plus non-payment of the line item. a. The County reserves the right to deduct a portion of any invoice for goods not delivered, any deficiencies not corrected, or services not performed in accordance with the contract requirements including the required timeframe. Non-performance penalties may be assessed for the following: i. Fails to complete the scheduled work within the time parameters as outlined in the Notice to Begin Work. ii. Fails to perform services to bid specifications. iii. Fails to complete work schedule line items per contract specifications. b. The contractor/subcontractor failing to meet comple tion dates, work-issued line items, or work requirements within the bid specifications may be assessed a one-hundred-dollar ($100.00) per day penalty. c. If the 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. For work that the contractor informs the County that they are unable to complete, the contractor/subcontractor may be subject to reimburse costs to the County to complete the services. Cost reimbursement for County staff to perform the work is the actual cost of labor, materials, fuel, and equipment. If the Co unty uses another contract, the contractor agrees to reimburse the County with those contracted rates. The County will not suffer damages resulting from any additional expense to complete services. The County shall select the option that meets the needs of the County to complete the work. 1.4.21. 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. 16.A.11.b Packet Pg. 666 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 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. 16.A.11.b Packet Pg. 667 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) EXHIBIT A ESTIMATED QUANTITIES, BIDDER IS RESPONSIBLE FOR SITE VERIFICATION BEFORE BIDDING. CONTRACTOR ACCEPTS WORK AREA “AS IS” CONDITION. Davis Boulevard from County Barn Road to Santa Barbara Boulevard Approximately .73 miles Work sites are accepted with “As Is” conditions I. Work Area 26 consists of the following on Davis Blvd: a. Improved median numbers 28 through 32 b. North and South right-of-way areas on Davis Blvd from County Barn Road to Santa Barbara Blvd. Median # Qty Scientific Name Common Name Comments 28 9 Roystonea elata Royal Palm 28 2 Tabebuia chrysotricha Gold Trumpet Tree 28 2 Tabebuia impetignosa Purple Trumpet Tree 28 4 Quercus virginiana Cathedral Live Oak 28 1 Jacaranda mimosifolia Jacaranda Tree 28 126 Bougainvillea spp. Silhouette Silhouette Bougainvillea Purple/Pink Flower 28 42 Bougainvillea spp. Miss Alice Miss Alice Bougainvillea White Flower 28 Hamelia patens ‘Compacta’ Dwarf Firebush 28 16 Serenoa Repens ‘Cinerea’ Silver Saw Palmetto 28 172 Dietes bicolor Yellow African Iris 28 878 Arachis glabra ‘Ecoturf’ Perennial Peanut 29 507 Arachis glabra ‘Ecoturf’ Perennial Peanut 30 9 Roystonea elata Royal Palm 30 1 Tabebuia chrysotricha Gold Trumpet Tree 30 1 Tabebuia impetignosa Purple Trumpet Tree 30 2 Quercus virginiana Cathedral Live Oak 30 2 Delonix regia Royal Poinciana Red Flowering Tree 30 1 Lagerstroemia ‘Muscogee’ Muskogee Crape Myrtle Purple Flowering Tree 30 163 Dietes bicolor Yellow African Iris 30 1403 Arachis glabra ‘Ecoturf’ Perennial Peanut Median # Plant Beds SQ FT Floritam Sod SQ FT Pavers SQ FT 28 8,262 18,778 335 29 1,097 0 212 30 13,976 14,778 280 31 10,746 9,772 458 32 18,273 11,815 409 Total Square Feet 52,354 55,143 1,694 16.A.11.b Packet Pg. 668 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 30 101 Bougainvillea spp. Miss Alice Miss Alice Bougainvillea White Flower 30 101 Hamelia patens ‘Compacta’ Dwarf Firebush 31 9 Roystonea elata Royal Palm 31 4 Tabebuia chrysotricha Gold Trumpet Tree 31 3 Quercus virginiana Cathedral Live Oak 31 2 Jacaranda mimosifolia Jacaranda Tree 31 6 Sabal palmetto Sabal Palms 31 84 Bougainvillea spp. Silhouette Silhouette Bougainvillea 31 42 Bougainvillea spp. Miss Alice Miss Alice Bougainvillea Purple/Pink Flower 31 108 Hamelia patens ‘Compacta’ Dwarf Firebush White Flower 31 156 Dietes bicolor Yellow African Iris 31 18 Serenoa Repens ‘Cinerea’ Silver Saw Palmetto 32 26 Veitchia montgomeryana Montgomery Palm 32 4 Tabebuia impetignosa Purple Trumpet Tree 32 9 Sabal palmetto Sabal Palms 32 1 Tabebuia chrysotricha Gold Trumpet Tree 32 3 Lagerstroemia ‘Muscogee’ Muskogee Crape Myrtle Purple Flowering Tree 32 2020 Arachis glabra ‘Ecoturf’ Perennial Peanut 32 178 Bougainvillea spp. Silhouette Silhouette Bougainvillea Purple/Pink Flower 32 80 Bougainvillea spp. Miss Alice Miss Alice Bougainvillea White Flower 32 119 Dietes bicolor Yellow African Iris II. Fertilization: Shrubs, Ground Cover, and Planted Median Areas Calculations based on the following square foot quantities Type Square Footage Quantities Shrubs / Ground Cover Beds 52,354 Sod Areas 55,143 Combined Total Square Foot Coverage Area 107,497 NOTE: Total fertilization coverage services is a maximum of four (4) times per year if utilizing 50% slow release for a total of 128 bags, or twice (2) per year if utilizing 100% slow release, six-month formula for a total of 64 bags. Palm specific fertilization (0-0-22) happens two (2) times per year. Months Formulation Application Rates LBS. SQ FT Bag Qty March 8-2-12 1.5 100 32 June 8-2-12 1.5 100 32 July 0-0-22 So-Po-Mag 10 1,000 1 September 8-2-12 1.5 100 32 October 0-0-22 So-Po-Mag 10 1,000 1 November 8-2-12 1.5 100 32 16.A.11.b Packet Pg. 669 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) III. Right-of-Way (ROW) Mowing Areas (BY OTHERS, FDOT MOWING) Median # North ROW Mowing South ROW Mowing 28 3,318 SY 2,875 SY 29 Porkchop N/A Porkchop N/A 30 3,386 SY 1,289 SY 31 2,636 1,891 32 3,730 1,564 Median mowing total square footage/acreage Square Footage Acreage 38,283 0.88 ROW mowing total square footage/acreage Square Footage Acreage 117,630 2.70 VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). Comments Additional 8-2-12 4Mg Palm Blend -Additional Fertilizer: Royals (8lbs each), Sabals (6 lbs. each); Montgomery (4 lbs. each)=Approximately 8 bags per application= 16 bags total 16.A.11.b Packet Pg. 670 Attachment: 19-7511 Solicitation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) PS: Kristofer Lopez PM: Melissa Pearson Bid Tabulation DAVIS BLVD LANDSCAPE MAINTENANCE (COUNTY BARN RD TO SANTA BARABARA BLVD) Invitations: 5021 Downloaded: 51 Submitted: 2 Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 1 Median Mowing & Edging 52 Weekly 10.00$ 520.00$ 10.50$ 546.00$ 11.03$ 573.30$ 899.00$ 46,748.00$ 899.00$ 46,748.00$ 899.00$ 46,748.00$ 2 Weeding 52 Weekly 1,500.00$ 78,000.00$ 1,575.00$ 81,900.00$ 1,653.75$ 85,995.00$ 966.00$ 50,232.00$ 966.00$ 50,232.00$ 966.00$ 50,232.00$ 3 General Site Trimming 12 Monthly 50.00$ 600.00$ 52.50$ 630.00$ 55.13$ 661.50$ 899.00$ 10,788.00$ 899.00$ 10,788.00$ 899.00$ 10,788.00$ 4 Street Cleaning 52 Weekly 300.00$ 15,600.00$ 315.00$ 16,380.00$ 330.75$ 17,199.00$ 450.00$ 23,400.00$ 450.00$ 23,400.00$ 450.00$ 23,400.00$ 5 Trash Removal 52 Weekly 300.00$ 15,600.00$ 315.00$ 16,380.00$ 330.75$ 17,199.00$ 450.00$ 23,400.00$ 450.00$ 23,400.00$ 450.00$ 23,400.00$ 6 Irrigation System Maintenance & Repair 52 Weekly 450.00$ 23,400.00$ 472.50$ 24,570.00$ 496.13$ 25,798.50$ 430.00$ 22,360.00$ 430.00$ 22,360.00$ 430.00$ 22,360.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 7 Delonix regia /Royal Poinciana 2 Each 1.00$ 2.00$ 1.05$ 2.10$ 1.10$ 2.21$ 175.00$ 350.00$ 175.00$ 350.00$ 175.00$ 350.00$ 8 Jacaranda mimosifolia/ Jacaranda Tree 3 Each 1.00$ 3.00$ 1.05$ 3.15$ 1.10$ 3.31$ 175.00$ 525.00$ 175.00$ 525.00$ 175.00$ 525.00$ 9 Quercus virginiana/ Cathedral Live Oaks 9 Each 1.00$ 9.00$ 1.05$ 9.45$ 1.10$ 9.92$ 175.00$ 1,575.00$ 175.00$ 1,575.00$ 175.00$ 1,575.00$ 10 Lagerstroemia "Muskogee' / Muskogee Crape Myrtle 4 Each 1.00$ 4.00$ 1.05$ 4.20$ 1.10$ 4.41$ 65.00$ 260.00$ 65.00$ 260.00$ 65.00$ 260.00$ 11 Tabebula impetiginosa / Purple Trumpet Tree 7 Each 1.00$ 7.00$ 1.05$ 7.35$ 1.10$ 7.72$ 65.00$ 455.00$ 65.00$ 455.00$ 65.00$ 455.00$ 12 Tabebula chrysotricha / Gold Trumpet Tree 8 Each 1.00$ 8.00$ 1.05$ 8.40$ 1.10$ 8.82$ 65.00$ 520.00$ 65.00$ 520.00$ 65.00$ 520.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 13 Roystonia elata / Florida Royal Palm 27 Each 1.00$ 27.00$ 1.05$ 28.35$ 1.10$ 29.77$ 45.00$ 1,215.00$ 45.00$ 1,215.00$ 45.00$ 1,215.00$ 14 Sabal palmetto/Cabbage Palm (4 @ 8' CW, 4 @ 12' CW, 7@ 18' CW)15 Each 25.00$ 375.00$ 26.25$ 393.75$ 27.56$ 413.44$ 35.00$ 525.00$ 35.00$ 525.00$ 35.00$ 525.00$ 15 Veitchia montgomeryana / Montgomery Palm 26 Each 15.00$ 390.00$ 15.75$ 409.50$ 16.54$ 429.98$ 35.00$ 910.00$ 35.00$ 910.00$ 35.00$ 910.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 16 Roystonia elata / Florida Royal Palm 27 Each 55.00$ 1,485.00$ 57.75$ 1,559.25$ 60.64$ 1,637.21$ 45.00$ 1,215.00$ 45.00$ 1,215.00$ 45.00$ 1,215.00$ 17 Sabal palmetto/Cabbage Palm (4 @ 8' CW, 4 @ 12' CW, 7@ 18' CW)15 Each 20.00$ 300.00$ 21.00$ 315.00$ 22.05$ 330.75$ 35.00$ 525.00$ 35.00$ 525.00$ 35.00$ 525.00$ 18 Veitchia montgomeryana / Montgomery Palm 26 Each 15.00$ 390.00$ 15.75$ 409.50$ 16.54$ 429.98$ 35.00$ 910.00$ 35.00$ 910.00$ 35.00$ 910.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 19 Application labor rate only (Granular fertilizer 8-2-12, County supplied), Turf, Groundcover, Shrubs, Trees; (104,734 SF Area; Application Rate 1.5 lbs/100SF; 31 Bags per Application with a 6 month Slow Release = 63 bags 63 50 LB Bag 10.00$ 630.00$ 10.50$ 661.50$ 11.03$ 694.58$ 50.00$ 3,150.00$ 50.00$ 3,150.00$ 50.00$ 3,150.00$ 20 Application labor rate only (Granular fertilizer, So-Po-Mag (0-0-22) County supplied), Palms, 10 lb/1000SF = 1 bag per application 2 50 LB Bag 50.00$ 100.00$ 52.50$ 105.00$ 55.13$ 110.25$ 50.00$ 100.00$ 50.00$ 100.00$ 50.00$ 100.00$ 21 Application labor rate only (Granular fertilizer 8-2-12, County supplied applied), Additional for Palms; Additional Fertilizer: Royals (8lbs each), Sabals(6 lbs each); Montgomery (4 lbs each)=Approximately 8 bags per application= 16 bags total 16 50 LB Bag 20.00$ 320.00$ 21.00$ 336.00$ 22.05$ 352.80$ 50.00$ 800.00$ 50.00$ 800.00$ 50.00$ 800.00$ 22 Application labor rate only (Granular fertilizer, Micronutrients, County Supplied)1 50 LB Bag 50.00$ 50.00$ 52.50$ 52.50$ 55.13$ 55.13$ 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 23 Application labor &materials (Drench) (Sequestrene Iron, Contractor supplied) 1 Lump Sum 100.00$ 100.00$ 105.00$ 105.00$ 110.25$ 110.25$ 1,250.00$ 1,250.00$ 1,250.00$ 1,250.00$ 1,250.00$ 1,250.00$ 24 Application labor & materials (20-20-20 w/Ferromec AC 13-0-0 plus 6% Iron, Contractor supplied)1 Lump Sum 100.00$ 100.00$ 105.00$ 105.00$ 110.25$ 110.25$ 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 25 Insecticides & Fungicides Application Labor & Materials (Foliar)1 Lump Sum 1,000.00$ 1,000.00$ 1,050.00$ 1,050.00$ 1,102.50$ 1,102.50$ 1,100.00$ 900.00$ 1,100.00$ 1,100.00$ 1,100.00$ 1,100.00$ 26 Insecticides & Fungicides Application Labor & Materials (Drench)1 Lump Sum 2,000.00$ 2,000.00$ 2,100.00$ 2,100.00$ 2,205.00$ 2,205.00$ 1,100.00$ 920.00$ 1,100.00$ 1,100.00$ 1,100.00$ 1,100.00$ 27 Insecticides & Fungicides Application Labor & Materials (Turf)1 Lump Sum 300.00$ 300.00$ 315.00$ 315.00$ 330.75$ 330.75$ 1,100.00$ 920.00$ 1,100.00$ 1,100.00$ 1,100.00$ 1,100.00$ 28 Herbicides Application Labor & Materials (Pre or Post Emergent)1 Lump Sum 300.00$ 300.00$ 315.00$ 315.00$ 330.75$ 330.75$ 1,100.00$ 920.00$ 1,100.00$ 1,100.00$ 1,100.00$ 1,100.00$ 29 Herbicides Application Labor & Materials (Turf)1 Lump Sum 300.00$ 300.00$ 315.00$ 315.00$ 330.75$ 330.75$ 1,100.00$ 900.00$ 1,100.00$ 1,100.00$ 1,100.00$ 1,100.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 30 Growth Regulator Applications Labor & Material (Contractor supplied)1 Lump Sum 150.00$ 150.00$ 157.50$ 157.50$ 165.38$ 165.38$ 3,500.00$ 3,500.00$ 3,500.00$ 3,500.00$ 3,500.00$ 3,500.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total NOTE: VENDORS BIDDING ARE REQUIRED TO SUBMIT SECTION III PRICING FOR ADDITIONAL SERVICES Canopy Trees (April - September) Fertilization: Groundcover, Shrub, Tree, & Palm (Granular-County supplied / Liquid-Contractor supplied) Tree and Palm Maintenance Palms (June) Palms, Seed Pod Removals, as needed SECTION II. 1.2 SITE SPECIFIC MAINTENANCE Work Area 26: Davis Blvd (County Barn Rd to Santa Barbara Blvd) Florida Land Maintenance, Inc Ornamental & Turf Spraying: Turf, Groundcover, Shrub, Tree, and Palm (Contractor supplied chemicals) Year 1 Prices Year 2 Prices Year 3 Prices Growth Regulator Applications (Contractor supplied - Trimtect® or Equivalent) Mulching (2" mulch, 2 cubic foot bags) Superior Landscaping & Lawn Service, Inc Year 1 Prices Year 2 Prices Year 3 Prices WORK AREA 26: Davis Blvd from County Barn Road to Santa Barbara Boulevard; approximately .73 miles Page 1 of 6 16.A.11.c Packet Pg. 671 Attachment: 19-7511 Bid Tabulation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) PS: Kristofer Lopez PM: Melissa Pearson Bid Tabulation DAVIS BLVD LANDSCAPE MAINTENANCE (COUNTY BARN RD TO SANTA BARABARA BLVD) Invitations: 5021 Downloaded: 51 Submitted: 2 Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 31 Application labor & materials rate (Contractor to supply mulch)4,661 Bag 4.25$ 19,809.25$ 4.46$ 20,799.71$ 4.69$ 21,839.70$ 8.25$ 38,453.25$ 8.25$ 38,453.25$ 8.25$ 38,453.25$ 32 Application labor only rate (County supplied mulch)4,661 Bag 2.00$ 9,322.00$ 2.10$ 9,788.10$ 2.21$ 10,277.51$ 3.50$ 16,313.50$ 3.50$ 16,313.50$ 3.50$ 16,313.50$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 33 Brick Pavers & Concrete Surfaces - all areas 1 Lump Sum 50.00$ 50.00$ 52.50$ 52.50$ 55.13$ 55.13$ 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 34 Year 1 171,251.25$ Year 2 179,813.81$ Year 3 188,804.50$ Year 1 257,689.75$ Year 2 258,629.75$ Year 3 258,629.75$ 35 Year 1 Prices Year 2 Prices Year 3 Prices Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 36 Crown of Thorns all varieties, Perennial peanut, jasmine, sea purslane, sensitive plant, and other herbaceous perennials 1 6" Pot 10.00$ 10.00$ 10.50$ 10.50$ 11.03$ 11.03$ 10.00$ 10.00$ 10.00$ 10.00$ 10.00$ 10.00$ 37 Crown of Thorns all varieties, Perennial peanut, jasmine, sea purslane, sensitive plant, and other herbaceous perennials 1 8" Pot 12.00$ 12.00$ 12.60$ 12.60$ 13.23$ 13.23$ 18.00$ 18.00$ 18.00$ 18.00$ 18.00$ 18.00$ 38 Crown of Thorns all varieties, Perennial peanut, jasmine, sea purslane, sensitive plant, and other herbaceous perennials 1 1 Gallon 12.00$ 12.00$ 12.60$ 12.60$ 13.23$ 13.23$ 15.00$ 15.00$ 15.00$ 15.00$ 15.00$ 15.00$ 39 African Iris, Cordgrass all varieties, Plumbago, Lily of the Nile, Coontie, Florida Gama Grass, Juniper ‘parsonii’, Lantana, Liriope all varieties, Spider Lily, Muhly Grass, Asian Jasmine all varieties, Firebush all varieties, Powderpuff, Blueberry Flax Lily, and all varieties of Ornamental Grasses 1 1 Gallon 12.00$ 12.00$ 12.60$ 12.60$ 13.23$ 13.23$ 25.00$ 25.00$ 25.00$ 25.00$ 25.00$ 25.00$ 40 Ground Orchid, and Cast iron plant all varieties 1 1 Gallon 18.00$ 18.00$ 18.90$ 18.90$ 19.85$ 19.85$ 25.00$ 25.00$ 25.00$ 25.00$ 25.00$ 25.00$ 41 Cocoplum. Thryallis, allamanda all varieties, Bougainvillea all varieties, Ixora all varieties, Indian Hawthorne all varieties, Juniper ‘Parsonii’ and all other varieties, Coontie, Ornamental Grasses all varieties, Florida Privet, Ilex ‘Schellings dwarf’ Wax Myrtle, Sea Oats, Arboricola all varieties, Silver Buttonwood, Green Buttonwood, Stoppers all varieties, Viburnum all varieties, , firebush all varieties, powderpuff, Blueberry Flax Lily, Green Island Ficus, myrsine, Pittisporum, Iris all varieties. 1 3 Gallon 18.00$ 18.00$ 18.90$ 18.90$ 19.85$ 19.85$ 22.00$ 22.00$ 22.00$ 22.00$ 22.00$ 22.00$ 42 Saw Palmetto, Sabal Minor, Ground Orchids, Wild Coffee, podocarpus all varieties, Bird of Paradise, Philodendron xanadu 1 3 Gallon 35.00$ 35.00$ 36.75$ 36.75$ 38.59$ 38.59$ 49.00$ 49.00$ 49.00$ 49.00$ 49.00$ 49.00$ 43 Guava, Crape Myrtle all varieties, Crinum Lily, Hibiscus Standard, Jamacian Caper, Ligustrum, Myrsine, Silver Buttonwood, Stopper all varieties, Wax Myrtle, Red Maple, Black Olive ‘Shady Lady’ Floss silk Tree, Royal Poinciana, Yellow Poinciana, Bald Cypress, Pond Cypress, Hong Kong Orchid, Orchid tree all varieties, Tabebuia all varieties, Cassia, Live Oak, Foxtail Palm, Thatch Palm, Solitaire Palm, Veitchia Palm all varieties ,Geiger tree all varieties, Yellow Elder, Magnolia, Holly all varieties, Saw Palmetto, Sabal Minor, , Bird of Paradise, Lignum Vitae, Caesalipina all varieties, Podocarpus all varieties Gumbo Limbo, Pigeon Plum, Paradise Tree, , Purple Glory Tree, Kentia Palm, Powderpuff, Slash Pine, and Golden Raintree 1 10 Gallon 200.00$ 200.00$ 210.00$ 210.00$ 220.50$ 220.50$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 44 Guava, Crape Myrtle all varieties, Crinum Lily, Jamacian Caper, Ligustrum, Myrsine, Silver Buttonwood, Stopper all varieties, Wax Myrtle, Red Maple, Black Olive ‘Shady Lady’ Floss silk Tree, Royal Poinciana, Yellow Poinciana, Bald Cypress, Pond Cypress, Hong Kong Orchid, Orchid tree all varieties, Tabebuia all varieties, Live Oak, Foxtail Palm, Thatch Palm, Solitaire Palm, Veitchia Palm all varieties ,Geiger tree all varieties, Yellow Elder, Magnolia all varieties, Holly all varieties, Saw Palmetto, Sabal Minor, Bird of Paradise, Lignum Vitae, Caesalipina all varieties, Podocarpus all varieties Gumbo Limbo, Pigeon Plum, Paradise Tree, Purple Glory Tree, Kentia Palm, Powderpuff,Slash Pine, Golden Raintree, and Tibuchina. 1 15 gallon 300.00$ 300.00$ 315.00$ 315.00$ 330.75$ 330.75$ 445.00$ 445.00$ 445.00$ 445.00$ 445.00$ 445.00$ Pressure Cleaning (inclusive of all labor, materials, equipment to complete the work) WORK AREA 26 SUBTOTALS 539,869.57$ WORK AREA 26 BID TOTAL SECTION III. 1.3 ADDITIONAL SERVICES 774,949.25$ Vendors submitting bids are required to fill in the items within this section. These items may be requested by the County, and the awarded vendor is obligated to provide them. Year 1 Prices Year 2 Prices Year 3 PricesPlant Materials Purchases & Installation Services (All inclusive of labor, equipment, and materials to purchase, deliver, and install the plants) Page 2 of 6 16.A.11.c Packet Pg. 672 Attachment: 19-7511 Bid Tabulation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) PS: Kristofer Lopez PM: Melissa Pearson Bid Tabulation DAVIS BLVD LANDSCAPE MAINTENANCE (COUNTY BARN RD TO SANTA BARABARA BLVD) Invitations: 5021 Downloaded: 51 Submitted: 2 Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 45 Guava, Crape Myrtle all varieties, Crinum Lily, Jamacian Caper, Ligustrum, Myrsine, Silver or Green Buttonwood, Stopper all varieties, Wax Myrtle, Red Maple, Black Olive ‘Shady Lady’ Floss silk Tree, Royal Poinciana, Yellow Poinciana, Bald Cypress, Pond Cypress, Hong Kong Orchid, Orchid tree all varieties, Tabebuia all varieties, Live Oak, Foxtail Palm, Thatch Palm, Solitaire Palm, Veitchia Palm all varieties ,Geiger tree all varieties, Yellow Elder, Magnolia, Holly all varieties, Saw Palmetto, Sabal Minor, Lignum Vitae, Caesalipina all varieties, Podocarpus all varieties Gumbo Limbo, Pigeon Plum, Paradise Tree, Purple Glory Tree, Kentia Palm, Powderpuff, Slash Pine, Golden Raintree, and Tibuchina. 1 25 Gallon 350.00$ 350.00$ 367.50$ 367.50$ 385.88$ 385.88$ 680.00$ 680.00$ 680.00$ 680.00$ 680.00$ 680.00$ 46 Guava, Crape Myrtle all varieties, Crinum Lily, Jamacian Caper, Ligustrum, Myrsine, Silver or Green Buttonwood, Stopper all varieties, Wax Myrtle, Red Maple, Black Olive ‘Shady Lady’ Floss silk Tree, Royal Poinciana, Yellow Poinciana, Bald Cypress, Pond Cypress, Hong Kong Orchid, Orchid tree all varieties, Tabebuia all varieties, Cassia, Live Oak, Foxtail Palm, Thatch Palm, Solitaire Palm, Veitchia Palm all varieties ,Geiger tree all varieties, Yellow Elder, Magnolia, Holly all varieties, Saw Palmetto, Sabal Minor, Lignum Vitae, Caesalipina all varieties, Podocarpus all varieties Gumbo Limbo, Pigeon Plum, Paradise Tree, Purple Glory Tree, Kentia Palm, Powderpuff, Slash Pine, Golden Raintree, and Tibuchina 1 45 Gallon 450.00$ 450.00$ 472.50$ 472.50$ 496.13$ 496.13$ 820.00$ 820.00$ 820.00$ 820.00$ 820.00$ 820.00$ 47 Guava, Crape Myrtle all varieties, Crinum Lily, Hibiscus Standard, Jamacian Caper, Ligustrum, Myrsine, Silver or Green Buttonwood , Stopper all varieties, Wax Myrtle, Red Maple, Black Olive ‘Shady Lady’ Floss silk Tree, Royal Poinciana, Yellow Poinciana, Bald Cypress, Pond Cypress, Hong Kong Orchid, Orchid tree all varieties, Tabebuia all varieties, Cassia, Live Oak, Foxtail Palm, Thatch Palm, Solitaire Palm, Veitchia Palm all varieties ,Geiger tree all varieties, Yellow Elder, Magnolia, Holly all varieties, Saw Palmetto, Sabal Minor, Lignum Vitae, Caesalipina all varieties, Podocarpus all varieties Gumbo Limbo, Pigeon Plum, Paradise Tree, Purple Glory Tree, Kentia Palm, Powderpuff, Slash Pine, and Golden Raintree 1 65 Gallon 550.00$ 550.00$ 577.50$ 577.50$ 606.38$ 606.38$ 980.00$ 980.00$ 980.00$ 980.00$ 980.00$ 980.00$ 48 Guava, Crape Myrtle all varieties, Crinum Lily, Hibiscus Standard, Jamacian Caper, Ligustrum, Myrsine, Silver or Green Buttonwood, Stopper all varieties, Wax Myrtle, Red Maple, Black Olive ‘Shady Lady’ Floss silk Tree, Royal Poinciana, Yellow Poinciana, Bald Cypress, Pond Cypress, Hong Kong Orchid, Orchid tree all varieties, Tabebuia all varieties, Cassia, Live Oak, Foxtail Palm, Thatch Palm, Solitaire Palm, Veitchia Palm all varieties ,Geiger tree all varieties, Yellow Elder, Magnolia, Holly all varieties, Lignum Vitae, Caesalipina all varieties, Podocarpus all varieties Gumbo Limbo, Pigeon Plum, Paradise Tree, Purple Glory Tree, Kentia Palm, Powderpuff, Slash Pine, Golden Raintree 1 100 Gallon 1,000.00$ 1,000.00$ 1,050.00$ 1,050.00$ 1,102.50$ 1,102.50$ 2,200.00$ 2,200.00$ 2,200.00$ 2,200.00$ 2,200.00$ 2,200.00$ 49 Guava, Crape Myrtle all varieties, Crinum Lily, Hibiscus Standard, Jamacian Caper, Ligustrum, Myrsine, Silver or Green Buttonwood, Stopper all varieties, Wax Myrtle, Red Maple, Black Olive ‘Shady Lady’ Floss silk Tree, Royal Poinciana, Yellow Poinciana, Bald Cypress, Pond Cypress, Hong Kong Orchid, Orchid tree all varieties, Tabebuia all varieties, Cassia, Live Oak, Foxtail Palm, Thatch Palm, Solitaire Palm, Veitchia Palm all varieties ,Geiger tree all varieties, Yellow Elder, Magnolia, Holly all varieties, Lignum Vitae, Caesalipina all varieties, Podocarpus all varieties Gumbo Limbo, Pigeon Plum, Paradise Tree, Purple Glory Tree, Kentia Palm, Powderpuff, Slash Pine, and Golden Raintree 1 200 Gallon 2,500.00$ 2,500.00$ 2,625.00$ 2,625.00$ 2,756.25$ 2,756.25$ 4,100.00$ 4,100.00$ 4,100.00$ 4,100.00$ 4,100.00$ 4,100.00$ 50 Alexander Palm / 10'-16' OA, FG / RPG 1 Each 750.00$ 750.00$ 787.50$ 787.50$ 826.88$ 826.88$ 720.00$ 720.00$ 720.00$ 720.00$ 720.00$ 720.00$ 51 Alexander Palm / 8'-10' OA, FG / RPG 1 Each 300.00$ 300.00$ 315.00$ 315.00$ 330.75$ 330.75$ 450.00$ 450.00$ 450.00$ 450.00$ 450.00$ 450.00$ 52 Bald Cypress / 10' OA, FG 1 Each 300.00$ 300.00$ 315.00$ 315.00$ 330.75$ 330.75$ 350.00$ 350.00$ 350.00$ 350.00$ 350.00$ 350.00$ 53 Bald Cypress / 100 gal., FG / RPG 1 Each 1,000.00$ 1,000.00$ 1,050.00$ 1,050.00$ 1,102.50$ 1,102.50$ 890.00$ 890.00$ 890.00$ 890.00$ 890.00$ 890.00$ 54 Coconut Palm / 10'-15' GW, FG / RPG 1 Each 2,500.00$ 2,500.00$ 2,625.00$ 2,625.00$ 2,756.25$ 2,756.25$ 2,350.00$ 2,350.00$ 2,350.00$ 2,350.00$ 2,350.00$ 2,350.00$ 55 Coconut Palm / Larger sizes, cost per foot of wood, FG / RPG 1 Each 200.00$ 200.00$ 210.00$ 210.00$ 220.50$ 220.50$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 56 Crape Myrtle 'Muskogee' / 10' - 14' OA, FG / RPG 1 Each 600.00$ 600.00$ 630.00$ 630.00$ 661.50$ 661.50$ 600.00$ 600.00$ 600.00$ 600.00$ 600.00$ 600.00$ 57 Crape Myrtle 'Muskogee' / 8' - 10' OA, FG / RPG 1 Each 400.00$ 400.00$ 420.00$ 420.00$ 441.00$ 441.00$ 400.00$ 400.00$ 400.00$ 400.00$ 400.00$ 400.00$ 58 Crape Myrtle 'Natchez' / 10' - 14' OA, FG / RPG 1 Each 600.00$ 600.00$ 630.00$ 630.00$ 661.50$ 661.50$ 600.00$ 600.00$ 600.00$ 600.00$ 600.00$ 600.00$ 59 Crape Myrtle 'Natchez' / 8' - 10' OA, FG / RPG 1 Each 400.00$ 400.00$ 420.00$ 420.00$ 441.00$ 441.00$ 400.00$ 400.00$ 400.00$ 400.00$ 400.00$ 400.00$ 60 Crape Myrtle 'Tuscarora' / 10' - 14' OA, FG /RPG 1 Each 600.00$ 600.00$ 630.00$ 630.00$ 661.50$ 661.50$ 600.00$ 600.00$ 600.00$ 600.00$ 600.00$ 600.00$ Page 3 of 6 16.A.11.c Packet Pg. 673 Attachment: 19-7511 Bid Tabulation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) PS: Kristofer Lopez PM: Melissa Pearson Bid Tabulation DAVIS BLVD LANDSCAPE MAINTENANCE (COUNTY BARN RD TO SANTA BARABARA BLVD) Invitations: 5021 Downloaded: 51 Submitted: 2 Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 61 Crape Myrtle 'Tuscarora' / 8' -10' OA, FG / RPG 1 Each 400.00$ 400.00$ 420.00$ 420.00$ 441.00$ 441.00$ 400.00$ 400.00$ 400.00$ 400.00$ 400.00$ 400.00$ 62 Hong Kong Orchid / 10'-12', FG / RPG 1 Each 500.00$ 500.00$ 525.00$ 525.00$ 551.25$ 551.25$ 500.00$ 500.00$ 500.00$ 500.00$ 500.00$ 500.00$ 63 Hong Kong Orchid / 14'-20' OA, FG / RPG 1 Each 800.00$ 800.00$ 840.00$ 840.00$ 882.00$ 882.00$ 700.00$ 700.00$ 700.00$ 700.00$ 700.00$ 700.00$ 64 Hong Kong Orchid / 15'-35' OA, FG / RPG 1 Each 1,000.00$ 1,000.00$ 1,050.00$ 1,050.00$ 1,102.50$ 1,102.50$ 1,350.00$ 1,350.00$ 1,350.00$ 1,350.00$ 1,350.00$ 1,350.00$ 65 Jatropha / 4' OA 1 Each 400.00$ 400.00$ 420.00$ 420.00$ 441.00$ 441.00$ 375.00$ 375.00$ 375.00$ 375.00$ 375.00$ 375.00$ 66 Ligustrum / 8' X 8'1 Each 800.00$ 800.00$ 840.00$ 840.00$ 882.00$ 882.00$ 800.00$ 800.00$ 800.00$ 800.00$ 800.00$ 800.00$ 67 Live Oak 100 gal., FG / RPG 1 Each 1,500.00$ 1,500.00$ 1,575.00$ 1,575.00$ 1,653.75$ 1,653.75$ 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ 68 Live Oak 200 gal., FG / RPG 1 Each 2,500.00$ 2,500.00$ 2,625.00$ 2,625.00$ 2,756.25$ 2,756.25$ 3,600.00$ 3,600.00$ 3,600.00$ 3,600.00$ 3,600.00$ 3,600.00$ 69 Live Oak 300 gal., FG / RPG 1 Each 3,000.00$ 3,000.00$ 3,150.00$ 3,150.00$ 3,307.50$ 3,307.50$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 70 Magnolia 'Little Gem' / 100 gal., FG / RPG 1 Each 1,500.00$ 1,500.00$ 1,575.00$ 1,575.00$ 1,653.75$ 1,653.75$ 1,100.00$ 1,100.00$ 1,100.00$ 1,100.00$ 1,100.00$ 1,100.00$ 71 Magnolia 'Southern' / 100 gal., FG / RPG 1 Each 1,500.00$ 1,500.00$ 1,575.00$ 1,575.00$ 1,653.75$ 1,653.75$ 1,700.00$ 1,700.00$ 1,700.00$ 1,700.00$ 1,700.00$ 1,700.00$ 72 Maple Tree / 100 gal., FG 1 Each 1,500.00$ 1,500.00$ 1,575.00$ 1,575.00$ 1,653.75$ 1,653.75$ 900.00$ 900.00$ 900.00$ 900.00$ 900.00$ 900.00$ 73 Maple Tree / 12' OA, FG 1 Each 800.00$ 800.00$ 840.00$ 840.00$ 882.00$ 882.00$ 400.00$ 400.00$ 400.00$ 400.00$ 400.00$ 400.00$ 74 Maple Tree / 16' OA, FG 1 Each 1,500.00$ 1,500.00$ 1,575.00$ 1,575.00$ 1,653.75$ 1,653.75$ 1,000.00$ 1,000.00$ 1,000.00$ 1,000.00$ 1,000.00$ 1,000.00$ 75 Montgomery Palm / 10' OA, FG / RPG 1 Each 300.00$ 300.00$ 315.00$ 315.00$ 330.75$ 330.75$ 375.00$ 375.00$ 375.00$ 375.00$ 375.00$ 375.00$ 76 Montgomery Palm / 12' OA, FG / RPG 1 Each 750.00$ 750.00$ 787.50$ 787.50$ 826.88$ 826.88$ 475.00$ 475.00$ 475.00$ 475.00$ 475.00$ 475.00$ 77 Perrinial Peanut Roll 1 Each 2,000.00$ 2,000.00$ 2,100.00$ 2,100.00$ 2,205.00$ 2,205.00$ 900.00$ 900.00$ 900.00$ 900.00$ 900.00$ 900.00$ 78 Royal Palm / 12'-16' GW, FG / RPG 1 Each 2,500.00$ 2,500.00$ 2,625.00$ 2,625.00$ 2,756.25$ 2,756.25$ 2,375.00$ 2,375.00$ 2,375.00$ 2,375.00$ 2,375.00$ 2,375.00$ 79 Royal Palm / 7'-10' GW, FG / RPG 1 Each 2,200.00$ 2,200.00$ 2,310.00$ 2,310.00$ 2,425.50$ 2,425.50$ 2,100.00$ 2,100.00$ 2,100.00$ 2,100.00$ 2,100.00$ 2,100.00$ 80 Royal Palm / Larger sizes, cost per foot of wood, FG / RPG 1 Each 250.00$ 250.00$ 262.50$ 262.50$ 275.63$ 275.63$ 325.00$ 325.00$ 325.00$ 325.00$ 325.00$ 325.00$ 81 Sabal Palm / 10' -18' OA 1 Each 390.00$ 390.00$ 409.50$ 409.50$ 429.98$ 429.98$ 370.00$ 370.00$ 370.00$ 370.00$ 370.00$ 370.00$ 82 Shady Lady Black Olive / 10' - 18'OA, FG / RPG 1 Each 1,500.00$ 1,500.00$ 1,575.00$ 1,575.00$ 1,653.75$ 1,653.75$ 1,400.00$ 1,400.00$ 1,400.00$ 1,400.00$ 1,400.00$ 1,400.00$ 83 Shady Lady Black Olive / 16' -20'OA, FG / RPG 1 Each 1,800.00$ 1,800.00$ 1,890.00$ 1,890.00$ 1,984.50$ 1,984.50$ 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ 84 Sylvester Palm / FG 10' wd / RPG 1 Each 3,000.00$ 3,000.00$ 3,150.00$ 3,150.00$ 3,307.50$ 3,307.50$ 3,200.00$ 3,200.00$ 3,200.00$ 3,200.00$ 3,200.00$ 3,200.00$ 85 Sylvester Palm / FG 6' wd / RPG 1 Each 1,800.00$ 1,800.00$ 1,890.00$ 1,890.00$ 1,984.50$ 1,984.50$ 1,950.00$ 1,950.00$ 1,950.00$ 1,950.00$ 1,950.00$ 1,950.00$ 86 Sylvester Palm / FG 8' wd / RPG 1 Each 2,500.00$ 2,500.00$ 2,625.00$ 2,625.00$ 2,756.25$ 2,756.25$ 2,600.00$ 2,600.00$ 2,600.00$ 2,600.00$ 2,600.00$ 2,600.00$ 87 Tabebuia / 12' - 14' OA,FG / RPG 1 Each 700.00$ 700.00$ 735.00$ 735.00$ 771.75$ 771.75$ 775.00$ 775.00$ 775.00$ 775.00$ 775.00$ 775.00$ 88 Verawood/ 8'-10' OA, FG / RPG 1 Each 500.00$ 500.00$ 525.00$ 525.00$ 551.25$ 551.25$ 360.00$ 360.00$ 360.00$ 360.00$ 360.00$ 360.00$ 89 Wax Myrtle / 10' OA, FG / RPG 1 Each 100.00$ 100.00$ 105.00$ 105.00$ 110.25$ 110.25$ 360.00$ 360.00$ 360.00$ 360.00$ 360.00$ 360.00$ 90 Wax Myrtle / 12' OA,FG / RPG 1 Each 125.00$ 125.00$ 131.25$ 131.25$ 137.81$ 137.81$ 660.00$ 660.00$ 660.00$ 660.00$ 660.00$ 660.00$ 91 Wax Myrtle / 14' OA, FG /RPG 1 Each 150.00$ 150.00$ 157.50$ 157.50$ 165.38$ 165.38$ 760.00$ 760.00$ 760.00$ 760.00$ 760.00$ 760.00$ 92 Arachis glabrata ' Ecoturf'/Perennial Peanut Rolled Turf Variety Installed 100 Square Foot 12.00$ 1,200.00$ 12.60$ 1,260.00$ 13.23$ 1,323.00$ 9.00$ 900.00$ 9.00$ 900.00$ 9.00$ 900.00$ 93 Arachis glabrata ' Ecoturf'/Perennial Peanut Rolled Turf Variety Installed 4,500 Square Foot 10.00$ 45,000.00$ 10.50$ 47,250.00$ 11.03$ 49,612.50$ 9.00$ 40,500.00$ 9.00$ 40,500.00$ 9.00$ 40,500.00$ 94 Bahia Sod Installed 1 Pallet 500.00$ 500.00$ 525.00$ 525.00$ 551.25$ 551.25$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 95 Bahia Sod Installed 1 Square Foot 4.00$ 4.00$ 4.20$ 4.20$ 4.41$ 4.41$ 0.59$ 0.59$ 0.59$ 0.59$ 0.59$ 0.59$ 96 Floratam Sod Installed 1 Pallet 750.00$ 750.00$ 787.50$ 787.50$ 826.88$ 826.88$ 375.00$ 375.00$ 375.00$ 375.00$ 375.00$ 375.00$ 97 Floratam Sod Installed 1 Square Foot 5.00$ 5.00$ 5.25$ 5.25$ 5.51$ 5.51$ 0.75$ 0.75$ 0.75$ 0.75$ 0.75$ 0.75$ 98 Organic Lee Compost Installed 1 Cubic Yard 250.00$ 250.00$ 262.50$ 262.50$ 275.63$ 275.63$ 160.00$ 160.00$ 160.00$ 160.00$ 160.00$ 160.00$ 99 Organic Lee Compost Installed 1 Cubic Foot 50.00$ 50.00$ 52.50$ 52.50$ 55.13$ 55.13$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 100 Planting Soil Installed 1 Cubic Yard 250.00$ 250.00$ 262.50$ 262.50$ 275.63$ 275.63$ 120.00$ 120.00$ 120.00$ 120.00$ 120.00$ 120.00$ 101 Planting Soil Installed 1 Cubic Foot 50.00$ 50.00$ 52.50$ 52.50$ 55.13$ 55.13$ 25.00$ 25.00$ 25.00$ 25.00$ 25.00$ 25.00$ 102 Landscape Supervisor 1 Hourly 85.00$ 85.00$ 89.25$ 89.25$ 93.71$ 93.71$ 35.00$ 35.00$ 35.00$ 35.00$ 35.00$ 35.00$ 103 Landscape Laborer 1 Hourly 75.00$ 75.00$ 78.75$ 78.75$ 82.69$ 82.69$ 30.00$ 30.00$ 30.00$ 30.00$ 30.00$ 30.00$ Landscape Personnel Labor Hours Page 4 of 6 16.A.11.c Packet Pg. 674 Attachment: 19-7511 Bid Tabulation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) PS: Kristofer Lopez PM: Melissa Pearson Bid Tabulation DAVIS BLVD LANDSCAPE MAINTENANCE (COUNTY BARN RD TO SANTA BARABARA BLVD) Invitations: 5021 Downloaded: 51 Submitted: 2 Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 104 Irrigation Supervisor 1 Hourly 85.00$ 85.00$ 89.25$ 89.25$ 93.71$ 93.71$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 105 Irrigation Technician 1 Hourly 85.00$ 85.00$ 89.25$ 89.25$ 93.71$ 93.71$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 106 Irrigation System Review 1 Hourly 25.00$ 25.00$ 26.25$ 26.25$ 27.56$ 27.56$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 107 Irrigation Supervisor (After Hours (7:00 p.m. - 6:30 a.m.)) 1 Hourly 125.00$ 125.00$ 131.25$ 131.25$ 137.81$ 137.81$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 108 Irrigation Technician (After Hours (7:00 p.m. - 6:30 a.m.)) 1 Hourly 125.00$ 125.00$ 131.25$ 131.25$ 137.81$ 137.81$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 109 Supervisor 1 Hourly 125.00$ 125.00$ 131.25$ 131.25$ 137.81$ 137.81$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 110 Laborer 1 Hourly 125.00$ 125.00$ 131.25$ 131.25$ 137.81$ 137.81$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 111 Staking Large Palms (Caliper greater than 6")1 Each 200.00$ 200.00$ 210.00$ 210.00$ 220.50$ 220.50$ 330.00$ 330.00$ 330.00$ 330.00$ 330.00$ 330.00$ 112 Staking Small Canopy Tree (2x2 posts and guy wire, 4"-6" caliper)1 Each 200.00$ 200.00$ 210.00$ 210.00$ 220.50$ 220.50$ 180.00$ 180.00$ 180.00$ 180.00$ 180.00$ 180.00$ 113 Staking Large Canopy Tree (2x4 posts, greater than 6" caliper)1 Each 400.00$ 400.00$ 420.00$ 420.00$ 441.00$ 441.00$ 330.00$ 330.00$ 330.00$ 330.00$ 330.00$ 330.00$ 114 Restanding and Staking Small Palm (4"-6" Caliper) 1 Each 400.00$ 400.00$ 420.00$ 420.00$ 441.00$ 441.00$ 380.00$ 380.00$ 380.00$ 380.00$ 380.00$ 380.00$ 115 Restanding and Staking Large Palms Caliper greater than 6")1 Each 800.00$ 800.00$ 840.00$ 840.00$ 882.00$ 882.00$ 660.00$ 660.00$ 660.00$ 660.00$ 660.00$ 660.00$ 116 Restanding and Staking Small Canopy Tree 2x2 posts and guy wire, 4"-6" caliper)1 Each 500.00$ 500.00$ 525.00$ 525.00$ 551.25$ 551.25$ 440.00$ 440.00$ 440.00$ 440.00$ 440.00$ 440.00$ 117 Restaking Large Canopy Tree (2x4 posts, greater than 6" caliper)1 Each 800.00$ 800.00$ 840.00$ 840.00$ 882.00$ 882.00$ 800.00$ 800.00$ 800.00$ 800.00$ 800.00$ 800.00$ 118 Reconstructive/Restoration or Reduction Tree Pruning 1 Each 400.00$ 400.00$ 420.00$ 420.00$ 441.00$ 441.00$ 380.00$ 380.00$ 380.00$ 380.00$ 380.00$ 380.00$ 119 Hazardous Tree Pruning 1 Each 500.00$ 500.00$ 525.00$ 525.00$ 551.25$ 551.25$ 380.00$ 380.00$ 380.00$ 380.00$ 380.00$ 380.00$ 120 Root pruning, re-planting, re-standing and staking with 2x4 (Tree or Palm)1 Each 600.00$ 600.00$ 630.00$ 630.00$ 661.50$ 661.50$ 695.00$ 695.00$ 695.00$ 695.00$ 695.00$ 695.00$ 121 Root Pruning, re-planting, re-standing and staking with 4x4 (Tree or Palm)1 Each 800.00$ 800.00$ 840.00$ 840.00$ 882.00$ 882.00$ 695.00$ 695.00$ 695.00$ 695.00$ 695.00$ 695.00$ 122 Root Pruning, re-planting, re-standing and staking with lodge poles (Tree only)1 Each 500.00$ 500.00$ 525.00$ 525.00$ 551.25$ 551.25$ 695.00$ 695.00$ 695.00$ 695.00$ 695.00$ 695.00$ 123 Removal: Small Palms - Alexander, Pygmy Date, Montegomery, Thrinax, Cocothrinax, (includes root balls and stumps)1 Each 400.00$ 400.00$ 420.00$ 420.00$ 441.00$ 441.00$ 330.00$ 330.00$ 330.00$ 330.00$ 330.00$ 330.00$ 124 Removal: Medium Palms - Foxtail & Sabal (includes root balls and stumps)1 Each 600.00$ 600.00$ 630.00$ 630.00$ 661.50$ 661.50$ 450.00$ 450.00$ 450.00$ 450.00$ 450.00$ 450.00$ 125 Removal: Large Palms - Royal & Bismarck (includes root balls and stumps)1 Each 1,500.00$ 1,500.00$ 1,575.00$ 1,575.00$ 1,653.75$ 1,653.75$ 880.00$ 880.00$ 880.00$ 880.00$ 880.00$ 880.00$ 126 Removal: Small Trees - Trees up to 10 feet in height (includes root balls and stumps)1 Each 500.00$ 500.00$ 525.00$ 525.00$ 551.25$ 551.25$ 330.00$ 330.00$ 330.00$ 330.00$ 330.00$ 330.00$ 127 Removal: Medium Trees - 11 feet in height but less than 20 feet in height (includes root balls and stumps)1 Each 650.00$ 650.00$ 682.50$ 682.50$ 716.63$ 716.63$ 880.00$ 880.00$ 880.00$ 880.00$ 880.00$ 880.00$ 128 Removal: Large Trees - 20 feet in height and greater (includes root balls and stumps)1 Each 800.00$ 800.00$ 840.00$ 840.00$ 882.00$ 882.00$ 1,500.00$ 1,500.00$ 1,500.00$ 1,500.00$ 1,500.00$ 1,500.00$ 129 Stump tip overs (small)1 Each 300.00$ 300.00$ 315.00$ 315.00$ 330.75$ 330.75$ 220.00$ 220.00$ 220.00$ 220.00$ 220.00$ 220.00$ 130 Stump tip overs (medium)1 Each 500.00$ 500.00$ 525.00$ 525.00$ 551.25$ 551.25$ 395.00$ 395.00$ 395.00$ 395.00$ 395.00$ 395.00$ 131 Stump tip overs (large)1 Each 700.00$ 700.00$ 735.00$ 735.00$ 771.75$ 771.75$ 660.00$ 660.00$ 660.00$ 660.00$ 660.00$ 660.00$ 132 Soil replacement (fill in stump tip over hole) 1 Cubic Yard 250.00$ 250.00$ 262.50$ 262.50$ 275.63$ 275.63$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ Irrigation Personnel Labor Hours Emergency Response Labor Hours (After 5 p.m., Monday - Friday, and 24 hours during weekends & holidays) Tree & Palm Maintenance Services (All inclusive of labor, equipment, watering, & materials to complete the work) Page 5 of 6 16.A.11.c Packet Pg. 675 Attachment: 19-7511 Bid Tabulation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) PS: Kristofer Lopez PM: Melissa Pearson Bid Tabulation DAVIS BLVD LANDSCAPE MAINTENANCE (COUNTY BARN RD TO SANTA BARABARA BLVD) Invitations: 5021 Downloaded: 51 Submitted: 2 Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 133 Cut Dead Palm to a 3' stump (All sizes)1 Hour 85.00$ 85.00$ 89.25$ 89.25$ 93.71$ 93.71$ 90.00$ 90.00$ 90.00$ 90.00$ 90.00$ 90.00$ 134 Cut Dead Tree to a 3' stump (All sizes)1 Hour 85.00$ 85.00$ 89.25$ 89.25$ 93.71$ 93.71$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 135 Debris Removal 1 Cubic Yard 150.00$ 150.00$ 157.50$ 157.50$ 165.38$ 165.38$ 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 136 Bucket Truck 1 Hour 200.00$ 200.00$ 210.00$ 210.00$ 220.50$ 220.50$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 137 Water Truck 1 Hour 200.00$ 200.00$ 210.00$ 210.00$ 220.50$ 220.50$ 195.00$ 195.00$ 195.00$ 195.00$ 195.00$ 195.00$ 138 Mini Excavator 1 Hour 275.00$ 275.00$ 288.75$ 288.75$ 303.19$ 303.19$ 275.00$ 275.00$ 275.00$ 275.00$ 275.00$ 275.00$ 139 Crane Truck 1 Hour 300.00$ 300.00$ 315.00$ 315.00$ 330.75$ 330.75$ 495.00$ 495.00$ 495.00$ 495.00$ 495.00$ 495.00$ 140 Skid Loader 1 Hour 295.00$ 295.00$ 309.75$ 309.75$ 325.24$ 325.24$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 141 Site Clearing Damage 1 Hourly 200.00$ 200.00$ 210.00$ 210.00$ 220.50$ 220.50$ 120.00$ 120.00$ 120.00$ 120.00$ 120.00$ 120.00$ 142 Materials markup 15.00% Opended by: Kristofer Lopez, Procurement Strategist Witnessed by: Viviana Giaramustas, Procurement Strategist yes yes yes yes yes yes yes Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S. yes 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. yes yes yes yes Collier County Landscape License, Landscape Restricted, Landscape& Irrigation License, or Unlimited Landscape License Collier County Irrigation License, 3 years' experience with Motorola Irrigation Control Systems or equivalent smart controller systems. Provide list of projects from last three (3) years Collier County Pesticide License Five (5) Years of relevant project experience References: Include five (5) governmental or commercial references relevant to the services listed in the specifications Maintenance of Traffic Certificate with three (3) years experience Form 5: Immigration Affidavit & MOU or Profile Page Form 6: W-9 Form 7: Insurance Form 8: Reference Questionnaire Form 9: Local Vendor Preference Form 2: Vendors checklist Form 3: conflict of Interest yes Equipment List: Provide a list of all company-owned and leased equipment for this contract. yes Experience: Provide a description describing a minimum three (3) years experience that is relevant and similar to the Scope of Work and specifications. yes Green Industries, Best Management Practices, Certificate (or must be obtained within 6 months)yes yes Form 4: Vendor Declaration Statement 15.00% Yesyes Yes Yes Yes yes Qualifications & Required Forms Input Yes or No International Society of Arborists (ISA) certification yes yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Qualifications & Required Forms Input Yes or No Not to exceed 15% Equipment & Operator Rates (All inclusive of labor, equipment, fuel & materials) Traffic Accident Clean up (All inclusive in unit price: labor, removal of material, hauling, disposal & disposal fees; blow mulch from roadway; or fix distriburded material if not damaged) Materials markup percentage not to exceed 15% (non-bid line items require receipts as backup for invoices) Page 6 of 6 16.A.11.c Packet Pg. 676 Attachment: 19-7511 Bid Tabulation (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 677Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 678Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 679Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 680Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 681Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 682Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 683Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 684Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 685Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 686Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 687Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 688Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 689Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.d Packet Pg. 690 Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 691Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 692Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 693Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 694Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 695Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 696Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 697Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 698Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 699Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 700Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 701Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 702Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 703Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 704Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 705Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 706Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 707Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 708Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 709Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 710Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 711Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 712Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 713Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 714Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 715Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 716Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 717Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 718Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 719Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 720Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 721Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 722Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 723Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 724Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) 16.A.11.dPacket Pg. 725Attachment: 19-7511 FloridaLandMaintenance_Contract_VendorSigned (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 1/3/2019 Brown &Brown Of Florida,Inc. 1421 Pine Ridge Road,Suite 200 Naples FL 34109 239-262-5143 239-261-8265 certs@bbnaples.com Bridgefield Casualty Insurance Company 23140 COMME-2 Southern-Owners Insurance Company 10190FloridaLandMaintenanceIncdba Commercial Land Maintenance 3980 Exchange Avenue Naples FL 34104 Owners Insurance Company 32700 2146115300 B X 1,000,000 X 300,000 10,000 1,000,000 2,000,000 X Y Y 20229177 1/1/2019 1/1/2020 2,000,000 C 1,000,000 X X X 5039875901 1/1/2019 1/1/2020 B X X 5,000,00050398759021/1/2019 1/1/2020 5,000,000 A X N Y 19647757 1/1/2019 1/1/2020 1,000,000 1,000,000 1,000,000 Landscaping Contractor General Liability includes Additional Insured status per form #55373 -Blanket Additional Insured,when required under a written agreement with you.Blanket Waiver of Subrogation per General Liability Plus Endorsement. Workers Compensation includes Blanket Waiver of Subrogation per form #WC000313 -Waiver of our Right to Recover from Others Endorsement. Collier County Government as Additional Insured,when required by written agreement,for any and all work performed in Collier County Collier County Board of County Commissioners 3327 Tamiami Trail E Naples FL 34112 16.A.11.e Packet Pg. 726 Attachment: 19-7511 FloridaLandMaintenace_Insurance_1-3-19 (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Any person or organization as required by written contract 25.00 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 1/1/2017 Policy No.AWC1076289 Endorsement No.0 Insured Florida Land Maintenance, Inc.Premium $42979 Insurance Company Associated Industries Insurance Company, Inc. Countersigned by WC 00 03 13 (Ed. 04-84) 16.A.11.e Packet Pg. 727 Attachment: 19-7511 FloridaLandMaintenace_Insurance_1-3-19 (7716 : 19-7511 “Davis Boulevard Landscape Maintenance”)