Loading...
#19-7565 (Caribbean Lawn & Garden) FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT # 19-7565 for Annual Landscape Maintenance-Public Utilities Facilities THIS AGREEMENT, made and entered into on th• is pQC‘Glk day of (*kr 2019 , by and between Caribbean Lawn & Garden of SW Naples FL., Inc. authorized to do business in the State of Florida, whose business address is 3307 Desoto Blvd S, Naples, Florida 34117 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing ■ upon the date of Board approval on and terminating on three (3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑■ Purchase Order E1Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of Request for Proposal (RFP) QUI Invitation to Bid (ITB) n Other ( ) # 19-7565 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. INII The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 1.1 The procedure for obtaining Work under this Agreement is outlined in Exhibit A— Scope of Services attached hereto. 3.31 I -- e : - e ee - -- ► e --••-- e- ' -e '- I Other Exhibit/Attachment: 3.4I I e - -- - -- 'e• e -- - - - --. - - '-e - - e- •ee -tee -- - -- - 4. . 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): Ili Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. e -s_ . -e -- _ e_ •- _e- -- e e - - -- e - ear which it is not poc•sible to accurately estimate the size of the project, or when it is expected these contracts include back up documentation e e e •- • .-e - .. -- -- _ ._ ._ - - --- - - - documentation for the project. ■ Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4-4 I I - - == •-- = - - - • e r :.•• e . - - e - e _ • - < . Travel and Reimb. e - --- - -- - • -e e • - •• _ . --- _ . - __ .•_ - - . NAlo ge $$6,00 00_, 4,5� per mile Bt� $6 V V - Lunch $11-40 Dinner $1-9-90 Airfare ' - -- - - -- . '- - e. . - ---- c a c�-err.. .tal-say Actual rental cost limited to compact or Parking Actual cost of parking Taxi or Airport Limousine - - -- "- •a - Reimbursable items other than travel expenses shall be limited to the following: telephone undertaken pursuant to this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Page 3 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) CAL) Company Name: Caribbean Lawn & Garden of SW Naples FL., Inc Address: 3307 Desoto Blvd S Naples, Florida 34117 Authorized Agent: Maria Caraza, Vice President Attention Name & Title: Telephone: (239) 455-7278 E-Mail(s): CaribbeanlawnsAearthlink.net All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Beth Johnssen Division Name: Wastewater Division Address: 4370 Mercantile Ave Naples, Florida 34112 Administrative Agent/PM: Thor Wertz, Operations Analyst Telephone: (239) 252-8381 E-Mail(s): Thor.WertzAcolliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.]) 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. ❑t Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. ISI Business Auto Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. I Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 1,000,000 for each accident. Page 5 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.]) - • 'C^ P-rofC7 ""-•" -."-e _ •- -e• . . . . . -*- this .- this insurance. Such insurance shall have limits of not less than $ each claim and aggregate. € C-y.e .. . .. .. .. e F. UI Pollution : Coverage shall have minimum limits of $ 1,000,000 per claim. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.]) 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Public Utilities Wastewater Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), Exhibit A Scope of Services, Exhibit B Fee Schedule, n RFP/ n ITB/1-1 Other #19-7565 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes, and I I Other Exhibit/Attachment: 17. APPLICABILITY. Sections corresponding to any checked box ( ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. IUI CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. IMI WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the Page 9 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. of such replacement or repair. - - • - - - - - - -e- -• - - •'•- - warranties to which the County is entitled as a matter of law. 26. IN TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. ■ PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it Page 10 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. I I . . - . . . . -- ._ e ._••- - - ' - -- -,•-. _ - _ -. The Contractor shall make commercially reasonable efforts to notify Collier County within personnel. Page 11 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.]) ■ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. [■] ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. . - P. - P r r - I _ _ . • e - e , • •- - . -• _ _ .e• - - . . - __ . . Vie.-..-. . - -- 3e. . ._ • • e- - - _ -- • - • e . •-•e• ••e - - ._ e- ■- .._. ... -- -e- — - 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) S County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. 38. • SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank-signature page to follow) Page 13 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS COLLIER fiRIDA • Crystal K. Kinsel, Clerk of Courts & Cornptroller 61) /11111° B : By: iam L. McDaniel Jr. , Chairman • *-1 ,,.SEAL) Dated: ktj Caribbean Lawn & Garden of SW Naples Atteslas to Chairman's FL., Inc. Contractert,-,Witaesses: Contractor DBA Air — Contractor's First Witness Signature - /, „ !giai L../eveit t6e: ..,9/effie4r) 1)-4 ^Type/print signature and titlet I‘Typeiprint witness na - - tii, ----- Contractor' econd Wi ness • • Pi-ntoe.1 ict ''','TypOprint witness ntimet ed as Form nd Legality: Y- ounty Attorney Print Name !age 14 01'17 Fixed Term Service Multi-Contractor Agreement 2017.00g Ver. Exhibit A Scope of Services • following this page (pages 1 through 14 ) I I this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 19-7565 Annual Landscaping Public Utilities/Facilities EXHIBIT A SCOPE OF SERVICES THIS SOLICITATION WILL BE AWARDED PER CATEGORY LISTED. The term"Vendor" and"Contractor"shall be used interchangeably throughout the Agreement. A. Scope of work The purpose of this Agreement is to obtain qualified landscape maintenance services for Collier County owned facilities, both inside and outside of facility fence lines at each identified site. While the County intends to use the Primary/Secondary Contractor awarded as a part of this solicitation, the County reserves the right at any time to use other contractors for the services described by requesting additional quotes or bids from other contractors(per the Board's Purchasing Ordinance). All routine maintenance work outlined in the Scope of Work and Site Locations, must be performed"in-house" with no subcontractors, except for fertilization, spraying of herbicides/fungicides and pesticides, and tree trimming(one time or as necessary),with no additional fees or costs (except for as needed additional requests). Additional services may be subcontracted as needed but must be pre-approved by the Public Utilities' Facility Site Management designee and the proposal must clearly state the specific service and the Management designee (by name) who requested the service. Actual invoicing from the subcontractor shall be required as backup for the main contractor submittal to the County for invoicing purposes. Collier County expects the Contractor to fully comply with all terms of this Agreement. Every item and schedule is considered an important element of the Agreement and must be strictly adhered to. The work covered by this Agreement consists of furnishing all labor,equipment,and materials(except for new plants and plant materials upon request). Contractors must be able to provide the following functions: 1. Mowing, edging, blowing, weed control, and debris removal inside of fence-line—the frequency of which to be identified per site location. 2. Mowing, edging, blowing, weed control (to include potato vines and other weeds), and debris removal outside of fence-line—the frequency of which to be identified per site location. 3. Irrigation system inspected and tested both inside and outside of fence-line—the frequency of which to be identified per site location. 4. Tree trimming/Palm Pruning inside and outside of fence-line, once a year. 5. Procure,deliver and install red mulch at building perimeter areas only. Procure,deliver and install bales of clean pine straw, mulch inside and outside of fence-line at berms and fence lines, two applications per year, from October 1 —September 30 (2 visits, application every 6 months or on as needed basis) and the option of the County to remove one application per year, but include in this bid for 2 visits. 6. Shrubbery trimmed inside and outside of fence-line, per species specification, from October 1 — September 30. 7. Fertilize, insecticide, fungicide, and pest control for turf and ornamentals inside and outside of fence-line, per regional species specification, from October 1 —September 30 Note: The Contractor may total the cost for the annual period and allocate the average on a monthly basis, for billing purposes. If the monthly allocation billing method is used, then an attestation with list of services Page 1 of 14 performed and locations with the dates of service per month will be required. B. Tasks 1. Mowing: All turf, to include right-of-way, shall be mowed with mulching type mower equipment to eliminate the need to bag and transport grass clippings; should bagging be necessary, the bagged clippings shall be collected and removed at no additional cost to the County. Grass shall be cut at a height of three and one-half inches (3.5"). The number of cuttings may be modified by the Contract Manager or Public Utilities' Facility Site Manager or designee at the County's discretion, requiring a negotiated cost change between the Contract Manager or Public Utilities' Facility Site Manager or designee and the Contractor. The Contractor will clean all clippings from sidewalks, curbs, and roadways immediately after mowing and/or edging. The contractor will not sweep, blow or otherwise dispose of clippings in storm sewer drains. The Contractor shall use alternate mowing practices, patterns or equipment so as not to create wheel ruts or worn areas in the turf. Any areas of turf that become water soaked during the period of this Contract shall be mowed with a twenty-one-inch(21"+/-)diameter hand walk behind type mowers to prevent wheel ruts in the turf,caused by heavier type self-propelled rider mowers. The Contractor shall be responsible for repairing any ruts caused by their mowers at no additional costs to the County. The Contractor shall use alternate equipment, such as drop-arm mowers, if necessary, for pond and berm areas. Median strips shall be mowed as needed for a well-maintained appearance as determined by the Contract Manager or Public Utilities' Facility Site Manager or designee. The Contractor must inspect and empty all exterior trash containers on each visit to the facility to ensure a well-maintained appearance as determined by the Contract Manager or Public Utilities' Facility Site Manager or designee. All horticulture debris shall be immediately removed from the site. Prior to mowing, blades shall be inspected to ensure that they are sharp and adjusted to assure a clean cut, and mowers checked for proper height of three and one-half inches (3.5"). Please note site specific requirement reflected on the location/bid exhibits. 2. Pond Mowing: Mow down to water line on a quarterly basis (three pond areas). 3. Pathway Mowing: Mow 10-foot wide on each side of Pathways around Ponds A, B & C. 4. Perimeter Mowing: Mow 5 feet from fence line. Page 2 of 14 5. Digging: Contractor will be required to contact Sunshine 811 (1-800-432-4770) a minimum of two days before commencing any digging and/or underground services. All damages that occur because of the Contractor failing to comply with the "Underground Facility Damage Prevention and Safety Act," Chapter 556, Florida Statutes will be assumed by the Contractor and will be repaired at no additional cost to the County. 6. Edging: Mechanical edging on the turf shall be done with each mowing along all sidewalk edges, back of concrete curbs, around all plant beds, utility service boxes, sign posts, posts, valve boxes, sprinkler heads and all other areas deemed necessary by the Contract Manager or Public Utilities' Facility Site Manager or designee. NO EDGING around trees or shrubs with a weed eater will be permitted. Grass root runners found in edged plant beds shall be removed by hand tools only. No chemicals shall be used for edging. All sidewalks, curbing or gutters including a two-foot(2')area from the face of the curb and sidewalk areas shall be cleaned during each service. No debris shall be left upon completion of work performed. All leaves,branches, and general debris shall be cleared from the site(s). All sidewalks shall be blown clean, and clippings or other debris shall not be blown, deposited on other adjacent property, accumulated on right-of-way areas, or disposed in storm sewer drains. 7. Trees, Shrubs, Groundcover,Plants,Etc.: All groundcovers and shrubs shall be inspected and pruned during service weeks or on an as needed basis, so as to maintain the proper or required heights for visibility, vehicular movement purposes and desired shape or form as determined by the Contract Manager or Public Utilities' Facility Site Manager or designee.Notification needs to be made to the Contract Manager or Public Utilities' Facility Site Manager or designee,within one (1) week of identification of any dying trees, shrubs etc.,so appropriate action can be taken. At least one of the Contractor's employees shall be onsite at all times while work associated with this contract is taking place and must possess a certificate of completion in the Florida-Friendly Best Management Practices for Protection of Water Resources by the Green Industries(GI-BMPS), a joint program of the Florida Department of Environmental Protection and UF/IFAS.This training was made mandatory as of January 1,2014.All commercial fertilizer applicators must have a license from the Department of Agriculture and Consumer Services (FDACS) (482.1562,F.S.).All plant material will be installed using Best Management Practices.The contractor will ensure that installation is per guidelines of the South Florida Water Management District Standards. Plant material selection and methods will also adhere to Florida Yards and Neighborhoods standards (http://www.FloridaYards.org) and desired native species will be installed where possible. All new trees shall be native species, except for special exceptions as specified by a Landscape Architect. Since the State of Florida shrubs and groundcovers of native variety are few in selection and nursery availability, Xeriscape (drought tolerant)practices may be utilized for shrubs and groundcovers as recommended in the publication Florida Yards and Neighborhood (FYN) Standards. Shrubs shall be pruned and/or trimmed no more than once per month for as many months as may be necessary to maintain a sculptured appearance. Shrubs will be pruned with hand shears as needed to provide an informal shape, fullness,and blooms.Shrub pruning shall be done consistently throughout each site for all shrub types that require pruning so that the landscape gives the appearance of continuity throughout the site. Annually, in October, ornamental grasses, such as Fountain grass, Muhly grass or, Florida Gama grass, shall be pruned in a pyramid shape to a twelve-inch (12") or twenty-four-inch (24") height based upon the type of plant, Page 3 of 14 cAo but not when blooming. Caution should be taken not to shear the grasses too tightly as plant death will occur. Contractor will be responsible for the replacement of any grasses that die because of over shearing. Do not shear any grasses such as Spartina grass that are on the lake banks and are near or separating natural areas. Ornamental grass such as lilyturf and flax lily shall only be pruned at the direction and approval of the Contract Manager or Public Utilities' Facility Site Manager, Landscape Architect or designee. Do not prune these varieties unless instructed to. Boston fern beds should be trimmed back once every year in the early Spring. Shrubs and groundcovers adjacent to pathways or sidewalks shall be pruned to maintain clearance from the edge of the pathway. It is recommended that adjacent shrubs and groundcovers be maintained so that they angled or are rounded away from the pathway. 8. Canopy Tree and Palm Pruning: Canopy Trees shall be defined as any large shrub,tree or palm with foliage above a ten-foot(10') height. All canopy trees and palms shall be pruned to create and maintain a fifteen-foot(15') canopy clearance over the roadways and parking lots and a ten-foot (10') canopy clearance over all pathways. Canopy trees shall be selectively pruned in perpetuity to maintain a 10'height over walkways and 15'height over roadways and parking lots to thin the interior canopy of cross branching and to shape the canopy of the trees. A professional certified Arborist shall supervise the pruning and shaping and shall be approved by the Contract Manager or Public Utilities' Facility Site Manager. The work shall be done in a professional manner in accordance with ANSI 300, Part 1, 2, & 3 Pruning Standards. Any damaged materials or any incorrect pruning shall result in replacement of that material at the expense of the Contractor. Caution must be taken not to prune Sabal palms too close to the bud or death will result and the Contractor will be liable for the replacement of in kind. Additional trimming of individual trees, to maintain proper appearance or treating/trimming diseased areas, may be required at the discretion of the Contract Manager or Public Utilities' Facility Site Manager or designee, additional charges must be approved in writing by the County designee, if trimming exceeds the allowed contracted heights. Pruning shall also include removal of water sprouts, suckers and any dead or diseased foliage or branches. There shall be no collar or stub cuts, gutting, topping or overlifting. All canopy trees that are over 6" in caliper or within a designated natural area will fall under the classification of "one-time annual trimming"and will be trimmed if directed by the Contract Manager or Public Utilities' Facility Site Manager at the appropriate contract price) Plant material with a canopy over pathways or sidewalks shall be maintained at a minimum height of one hundred twenty inches (120") or ten feet (10'). The portion of the canopy that falls below the ten (10') foot level falls under the "General Site Pruning" portion of the contract and shall be kept properly pruned. Contractor shall be responsible for maintenance of all palm species including all palm species identified as"self-cleaning". All palm trees shall be annually trimmed during the month of May, in preparation of hurricane season (which begins on June 1St),or as needed. Palms shall be"Tropical Cut"or to a nine(9)o'clock to three(3)o'clock angle from horizontal at the base of the palms' buds or lowest fronds. The pruning of all palms shall include removal of all nuts, seed stalks, brown or dead and lower-hanging fronds of the palm. The work shall be done in a professional manner in accordance with accepted trade standards. Pruning in parking lots, when vehicles are present, shall be performed after hours or on weekends to prevent damage to vehicles. No green palm fronds shall be removed. Access to the tree fronds shall be by ladder, boom truck or lift (vendor is required to provide their own equipment at no additional charge). No palms shall be climbed to remove the fronds and seed pods. All debris from the trimmings shall be removed and work site shall be left neat and clean. Page 4 of 14 All grass, tree, and shrub trimmings are to be immediately hauled off-site at the Contractor's expense. The Contract Manager or Public Utilities' Facility Site Manager or designee reserves the right to readdress this item after award of the Contract and after consultation with experts in the field. When the annual or bi-annual heavy pruning work is being performed with the use of a lift or boom truck, it is required that the adjacent traffic or turn lane to the work area, be closed pursuant to the County M.O.T. Policy. Road alerts must be submitted to the Growth Management Department. Unhealthy and invasive exotic plants are not worth saving. Upon discovery of unhealthy and invasive plants, the Contractor shall document and submit to the Contract Manager or Public Utilities' Facility Site Manager the plants to be removed with photographs and descriptions. If directed by the Contract Manager or Public Utilities' Facility Site Manager to remove the plant, replacement plants shall be installed as designated by the Contract Manager or Public Utilities' Facility Site Manager or designated representative. Replacement plant costs are to be submitted to the Contract Manager or Public Utilities' Facility Site Manager prior to replacing.In most cases, it is beneficial to leave a void in a plant bed rather than having a dead or diseased plant remain until a replacement is installed. Note that plants damaged by the Contractor, neglected by the Contractor, or improperly maintained by the Contractor shall be replaced by the Contractor at no cost to the Collier County. A comprehensive list of invasive exotic plant materials may be found at the following website (http://www.colliergov.net/your- government/d ivisions-a-e/environmental-services/invasive-exotic-plant-species) 9. Replacement plants: All replacement plants shall be Florida No.1 Grade per Florida Grades and Standards for Nursery Plants latest edition. 10. Mulching: Plant beds,jogging paths, parking lot heads, and all other mulched areas shall be mulched from October through January. The mulch product shall be "Premium Red" hardwood mulch with 12- month color and shall be provided and distributed by the Contractor at no additional cost to the County. Before installation of mulch, a sample of the proposed product shall be submitted and approved by the Contract Manager or Public Utilities' Facility Site Manager or designee. The area to receive the mulch shall be raked level to establish the proper finished grade and have all weeds removed prior to the placement of the mulch. Where applicable, beds shall be prepped prior to mulching so mulch allows percolation. Mulch shall be placed six (6") inches away from the trunks of palms, trees and plants. After application, mulch shall be swept and removed from impervious areas. The mulch shall be placed to provide a three-inch (3"+) non- compacted or unsettled depth measured from the existing soil grade. 11. Weeding: Weeding of all plant beds, mulched, and rock areas, including medians, shall be performed each service week to ensure a weed-free and visually well-maintained area. The Contractor shall remove all weeds by hand with or without using a chemical treatment. If chemicals are used, they shall be Roundup or equivalent around plants, etc., but shall not damage existing plants. Contractor must remove all weeds from sodded/grass areas using an appropriate post emergent herbicide method. 12. Fertilizer and Pest Control: The Contractor(or subcontractor)applying fertilizers or pesticides to lawns and ornamentals must be licensed by the Florida Department of Agriculture and Consumer Services(FDACS) as a Certified Pest Control Operator.The contractor(or subcontractor) shall employ one or more Certified Pest Control Operators, plus technicians who operate under their license. The contractor shall perform all fertilization and pesticide application under the guidelines developed by the University of Florida Best Page 5 of 14 Management Practices program. Proof of certification shall be included with this bid. Contractor shall follow UF/IFAS guidelines that cover fertilizer rates, sources and application timings. No fertilizers containing herbicide or insecticide shall be used. More information can be found at the following website: (http://edis.ifas.ufl.edu/topic book florida lawn handbook 3rd ed). Best Management Practices are methods that have been determined to be the most effective practical means of preventing or reducing pollution. Contractor shall follow an Integrated Pest Management (IPM) program where pest scouting and monitoring is common and pesticides shall only be applied when other options will not control the pest. If pesticides are used, they shall be applied at labeled rates and signs shall be posted in a conspicuous manner to provide notification to passersby of the application of pesticides. When pesticides are necessary, the least-toxic product shall be chosen. 13. Landscape Maintenance Services: The contractor shall possess a Limited Commercial Landscape Maintenance Certification from FDACS in order to apply herbicides in plant beds or certain restricted use pesticides within an IPM program (only those with the signal word `caution,' insecticidal soaps, horticultural oils, and Bacillus thuringiensis [Bt]). Training in Green Industries Best Management Practices is preferred. If landscape maintenance service employees do not hold a pesticide license,they may not apply any pesticide. 14. Pest Control: 1. The contractor shall provide the following documents as part of the bid: a. Valid State of Florida Pesticide Applicator License that complies with all Federal, State (Chapter 482) and local laws and regulations. b. Current Contractor's Occupational License for Pest Control Service. c. Certified Pest Control Operator on staff. d. Documented experience utilizing BMPs,FYN Standards and IPM. 2. The Contractor shall provide an overall written pest and spray program that shall incorporate ant control and shall meet or exceed the following minimum standards: a. Describe procedures,methods and techniques that will enhance the environment. b. Provide the maximum protection for the health, safety and welfare of the public and environment. c. Provide MSDS Sheets for chemicals upon request. d. Provide signage where applicable. 3. The Contractor shall make on-site inspections and provide written reports to the Contract Manager or Public Utilities' Facility Site Manager or designee as needed. 4. Methods of Application: One hundred percent (100%) coverage and penetration of all chemicals shall be provided. Insecticides and fungicides shall be applied at the proper pressure to provide maximum coverage. a. Insecticides shall be alternated, as necessary,to prevent an insect resistance to the application. b. Herbicides used in turf areas shall be applied at the proper pressure. c. Turf herbicides shall not be applied when the daily temperature exceeds eighty-five (85) degrees Fahrenheit at the time of application. d. Spreader sticker shall be incorporated in all spraying of groundcovers,shrubs,trees,palms,and turf areas when recommended by the label. e. Spray applications shall only 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 shall be allowed within or on the median areas. g. All spray applications shall contain a wetting agent within the mix when recommended by the label. Page 6 of 14 h. The pH of water used in mix must be adjusted to meet pesticides' manufacturer recommendation and water pH and method must be documented for reproduction to the Contract Manager or Public Utilities' Facility Site Manager or designee upon request. 5. Rate of Application: All chemicals shall be applied as recommended on the manufacturer's labels. 6. Materials List: All insecticide, fungicide, and herbicide chemicals to be used on turf areas and on plant materials shall be submitted in writing to the Contract Manager or Public Utilities' Facility Site Manager or designee for review and approval. All chemicals used shall be approved for use by the Environmental Protection Agency and applications in accordance with the South Florida Water Management District Standards for its intended use and area of use. 7. Application Schedule: The number of applications shall be as listed below unless otherwise required based upon the site inspection reports. One and one-half gallons of FeRROMEC AC 15-0-0 plus 3% sulfur shall be mixed with 100 gallons water and applied with each application of insecticide, fungicide and herbicide. a. Turf Areas: Insecticides&Fungicides-Applications on an as needed basis. Herbicides - Application on an as needed basis, Post-emergent in November, January and March and as needed. b. Groundcovers, Shrubs and Trees: Insecticides&Fungicides -Applications on an as needed basis. c. Bed Areas: Herbicides—Applications on an as needed basis,Post-emergent in November,January and March and as needed. 8. Additional Requirements: Records must be kept of all pesticide applications. Documentation shall include but not limited to: date and time of application, weather conditions at time of application, material and rate of application, what was applied and name of applier. Contractors shall not apply chemicals that are in direct contact with pedestrians using the facilities. When it becomes necessary for the Contractor to return for additional spraying as directed by the Contract Manager or Public Utilities' Facility Site Manager or designee due to non-performance of a required application, such additional spraying shall be performed at no cost to the County. Overall, ornamental and turf spraying of plants, shrubs, and grassed areas within areas is included in the Contract. Applications shall be made the day following an irrigation or rain event when plant material is dry.Shrubs and groundcovers shall have the applied product blown or fan raked off following the broadcast application. Immediately after the product is applied, the areas shall be watered per labeling guidelines. Granules products shall be removed from sidewalks,parking lots and curbs. Overspray of chemicals shall be rinsed from buildings, sidewalks,curbs and roads to avoid staining. 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 product is applied, irrigation or watering shall provide 1/4" of water to the soil's surface and to dissolve water-soluble particles. Following irrigation,the controls shall be returned to automatic mode. Fire ant mounds shall be treated with an approved insecticide during each service visit to the facility. No fertilizer and pesticide run-off discharge is permitted into nearby ponds,storm drains or detention areas. 14. Fertilization: Unless specified otherwise for a certain site, the number of applications shall be based upon BMP (Best Management Practices). Page 7 of 14 Apply fertilizer only if plants show signs of nutrient deficiencies and follow UF/IFAS recommendations and BMPs • Use slow release fertilizers • No weed and feed or fertilizers containing insecticides shall be permitted. Soil tests shall be conducted in conjunction with the Collier County UF/IFAS Extension office at no additional cost to the County. Once the samples are analyzed,the fertilizer nutrient breakdown can be determined based on the nutrient deficiencies of the soil. All fertilizer shall be swept from sidewalks,driveways and curbs.All fertilizer applications shall be granular slow- release. Use of BMP for number of applications and rates is required. Palms and trees shall have a broadcast application of granular fertilizer as required (0-8 lbs). No fertilizer rings around palms shall be permitted. Contractor shall adhere to the following guidelines. If the fertilizer contains less than 30%of its nitrogen in a slow release form,apply 1/2 pound of nitrogen per 1,000 square feet of lawn per application,according to labeling requirements. Nutrient deficiencies shall be treated with Fertilizer applications recommendations per Table 1 and 2,FYN Standards and/or per recommendation of soil testing agency such as the University of Florida Extension Agency. When it becomes necessary for the Contractor to return for additional application as directed by the Facilities Director or designee,due to non-performance of a required application, such shall be performed at no cost to the County. Nutrient deficiencies shall be treated with supplemental applications of the specific lacking nutrient according to OF/IFAS Extension recommendations. 15. Fertilizing Palms: Landscaped areas within 30 feet or large established palms shall be fertilized with an 8-2-12-4 Mg with W, K and Mg being in slow release form. The fertilizer shall also contain 1-2 percent Fe and Manganese plus trace amounts of zinc(Zn), copper(Cu)and boron(B).Any product to be used near palms in landscaped areas shall be approved by the Contract Manager or Public Utilities' Facility Site Manager before use. 16. Pollution Prevention: Contractor shall not spill fertilizer granules.If spill occurs,the granules shall be swept and collected.No rinsing of the granules shall occur.If a spill of a liquid product occurs,berm the area of the spilled chemical and notify the Contract Manager or Public Utilities' Facility Site Manager immediately. Spills shall be cleaned at no additional cost to the County.No fertilizer,herbicides,pesticides,or other chemicals shall be spread onto water bodies or impervious surfaces, such as driveways or sidewalks.Where possible,use a drop spreader rather than a rotary spreader for granular products. Pesticides shall only be applied to affected areas. Do not fertilize if heavy rain is forecasted within 24 hours of application. 17. Irrigation Systems: The Contractor shall report any broken sprinkler system parts or damage to County property found immediately to the Contract Manager or Public Utilities' Facility Site Manager or designee for repair. If the Contractor is responsible for broken systems or parts, the Contractor shall to repair the damage at no additional charge to the County. The Contractor shall inspect and test rain shut-off devices and other components and zones in the irrigation system Page 8 of 14 monthly and shall reset zone times accordingly.Minor adjustments and repairs such as head/emitter cleaning or replacement, filter cleaning, re-aiming of heads to keep water out of the street, small leaks, and minor timer adjustments shall be made by the Contractor, on a time and material basis. The contractor, shall in perpetuity, allow for the application of'/2 inch — 3/4 inch of water per irrigation cycle. During regular service times, the Contractor will note and report to the County any symptoms of inadequate or excessive irrigation,drainage problems,etc. Repairs or system service beyond the above scope will be charged to the County on a time and material basis for actual repairs only, not for the full monthly check if repairs are made at that time. The Contractor will note the County of the nature of the problem before repairs are made. 18. Trash Removal: With each service, all site areas shall be cleaned by removing all trash or debris to include, but not limited to: paper,bottles, cans, other trash, and horticultural debris. All debris or trash pickup shall be performed"prior"to mowing all turf areas. The disposal of all trash and debris must be at an approved landfill or disposal site at no additional cost to Collier County.Trash and debris shall not be placed in County containers located on the property. 19. Property Damage: Replacement of dead or injured plants or damaged equipment due to Contractor negligence shall be performed at no additional cost to the County. 20. Contractor Performance Collier County's Mission Statement is to "Exceed Customer's Expectations". At time of acceptance of the contract, the Contractor will assume this mission statement as an integral part of the contract and strive in every way possible to achieve this goal. The Contractor shall provide a phone list where the Contract Manager, Public Utilities' Facility Site Manager or his designated representative can be contacted immediately in the event of unsatisfactory performance or in an emergency. The phone list shall include phone numbers where the Contractor can be reached during both business hours and non-business hours. The County shall be able to reach the Contractor at any time in case of an emergency. The Contractor is not allowed to employ illegal immigrants to perform grounds services or any other services in County facilities or in connection with the contract. Please provide,upon award of the contract, certification stating the above. The County has the right to review the supporting documentation and validate the certification. The Contractor will provide this documentation to the County,free of charge,at the request of the County. 21. Employee Qualifications: The Contractor shall employ people to work at all County facilities who are competent and physically capable of doing the work. Each employee shall be neat in appearance. The County requires the Contractor to remove,from the County work place,all Contractor employees if the Public Utilities' Facility Site Manager or designee requests a replacement. 22. Permits,Licenses and Taxes: In accordance with Section 218.80 F. S., all permits and licenses necessary for performance of the work shall be identified and obtained by the Contractor, such as: • Florida Pesticide License • Current Occupational License for Pest Control Services Page 9 of 14 • Landscape Contractor's and Irrigation License or Unlimited Landscape Contractor's License • Maintenance of Traffic Certification (MOT) • Certified Arborist All permit fees levied by Collier County shall be paid for by the using department. If Contractor performs any work without obtaining, or contrary to such permits or licenses, Contractor shall bear all costs arising there from. 23. Equipment: The Contractor shall own or lease and have in good repair all equipment necessary to perform the described services in particular and the equipment necessary to complete related tasks for routine service at no additional charge to the County. The Contractor shall provide a list of all company owned or leased equipment with bid. Should "specialty equipment" be needed for non-routine work, the Contractor may rent equipment and charge back to the County "at cost", with no markup. Equipment rentals must be approved prior to commencement of work and shown on all proposals. 24. Materials: Costs for all materials necessary to complete a project shall be listed on the invoice. A breakdown of material shall be required, including documentation of costs, when such costs exceed five hundred dollars ($500.00). Miscellaneous items totaling $500.00 or less will not require documentation. However, the County reserves the right to periodically spot check items less than the threshold. Items under $500.00 will be labeled as "miscellaneous supplies". The Contractor must input a markup percentage for non-bid line items not to exceed ten percent(10%).Percentage amount is not factored into the award. However, the bid will not be awarded to contractor if omitted or exceeds the allowable limit. Post-award reimbursement of non-bid line items shall require the contractor to submit the receipts showing the cost of materials to verify markup cost(s). Failure to provide backup receipts may result in invoice rejection. 25. Uniforms and Identification Badges: The Contractor's employees shall be attired in distinctive, clean, and identifiable uniforms furnished by the Contractor. They shall be neat and clean in appearance. The uniform shall consist of a logo shirt and matching long pants. The contractor's employees shall also wear an identification badge, provided by Collier County, in plain sight and at all times. Any employee found without a badge and full uniform will be directed to leave the site. No employee or supervisor shall be allowed to work in a County facility without a proper uniform and a County identification badge. Upon termination the County identification badge must be returned. The front of the employee identification badge shall have the employee's photo, the employee's name and the Contractor's company name. 26. Response Times: On a twenty-four (24) hour basis, the Contractor may be required to travel to the site immediately with the Contract Manager or Public Utilities' Facility Site Manager or designee to resolve any deficient work or an emergency. The Contractor shall respond to a cellular phone or email within one (1) hour. There shall be no additional charge for these responses. 27. Work Quality: The Contractor will be expected to examine areas scheduled to receive the work under this agreement. and locate conditions that will adversely affect the performance and quality of the work. The Contractor shall advise the Page 10 of 14 CAO Contract Manager or Public Utilities' Facility Site Manager or designee of all such conditions and secure further directions from the Contract Manager or Public Utilities' Facility Site Manager as required. 28. Safety: All Contractors and subcontractors performing service for Collier County are required to and shall comply with all occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. The County will not be held liable for any vendor safety violations and/or liabilities. Material Safety Data Sheets (M.S.D.S.) are required to be on site and furnished as requested 29. Protection of Property: The Contractor shall complete necessary work in such a manner that does not damage property. In the event damage occurs to property by reason of work performed, or lack thereof, under this Contract,the Contractor shall replace or repair the same at no cost to the County. If damage caused by the Contractor has to be repaired or replaced by the County, the cost of such work shall be deducted from the monies due the Contractor. 30. Documentation: The Public Utilities' Facility Site Manager or designee shall have the authority to inspect the work site at any time during the performance of the service. Documentation of each job to be completed shall be provided by the Contractor to the Contract Manager or Public Utilities' Facility Site Manager or designee in the form of digital documentation and/or photographs, etc., prior to the start and additionally at the completion of the service. 31. Unsatisfactory Work: In the event the work performance of the Contractor is unsatisfactory, the Contractor will be notified by the County and be given three(3)calendar days to correct the work. There will be no cost to the County for re-works. 32. Additions and Deletions of Sites: Addition or deletion of items,services,or locations may be added or deleted from this agreement upon satisfactory negotiation of price by the Contract Manager, Public Utilities' Facility Site Manager or designee and Contractor. However, proper documentation as required by the County's Procurement Ordinance must be complied with. 33. Warranty/Guarantee: Materials, replacement parts and fixtures shall be new and warranted for ninety (90) days. All labor for repairs shall have a ninety(90)day warranty.In addition to the ninety(90)days of"warranty"period,the contractor will be responsible to maintain what is considered satisfactory overall landscaping for the associated County sites. This contract includes the overall landscaping services including install, maintenance, fertilization, pest control, and irrigation. Should the contractor find issues they deem to be"out of their control", such as no irrigation water coming onto a site or available, the Contractor shall be responsible to contact the Contract Manager or Public Utilities' Facility Site Manager or their designee in writing to note and document the concern. As an example, should the Contract Manager or Public Utilities' Facility Site Manager find a large area of grass dead for reasons other than abuse(such as driving over or totally removed or destroyed by another contractor),the Contractor shall be required to replace and mitigate the area. If these areas were pre-existing, the contractor needs note these areas, provide proposals to mitigate and document their submission to Facilities Management. Pre-approval is necessary for additional services. 34. ADDITIONAL a) Contractors shall adhere to Collier County MOT b) All Material and equipment mark-ups will not exceed 10 percent. Page 11 of 14 c) All Subcontractor mark-ups will not exceed 15 percent. d) Pricing shall remain firm for the initial term of this contract. e) Surcharges will not be accepted, and such charges should be incorporated into the pricing structure. C. Category Information and Descriptions Category A — A-1 Plant Sites Water and A-2 Wastewater Regional and Sub-Regional Plant Sites are larger fenced areas with secured access which require all levels of services described in this Scope and identified in Exhibit B-Fee Schedule. General Information for Category A-1: • Cyber Key will be issued to vendor and all sites must be accessed by vendor to record date and time at location. Invoices are audited to ensure the cyber key record matches the invoice. • Each wellfield must be completed in on the day it is begun. • All employees must have a badge and vehicles must be clearly marked with the name of the landscape company and a phone number. Category Descriptions FOR A-1: • Turf Mowing - Price per mow by area. Anticipate twice per month January through May and three to four times per month June through December. • Wellfield involves a number of sites ALL of which must be completed each time to be compensated for this line item. • Pest Control -price per service area per visit basis. • Fertilization: Price per application per area,trees and plants,not turf. Anticipate twice a year. • Landscape buffer maintenance-Price per service per area to include all landscape maintenance responsibilities. This will include but not be limited to weeding, trimming, pruning, trash pickup, blowing, edging, herbicide, pesticide, fertilization, and incidentals to maintain landscape in place,at the time of the quote. Buffer maintenance will be completed ONCE per month. • Pest Control -price per service area per visit basis. • Pond Mowing-At SCRWTP mow down to water line on a quarterly basis (three pond areas). General Information for Category A-2: • Cyber Key will be issued to vendor and all sites must be accessed by vendor to record date and time at location. Invoices are audited to ensure the cyber key record matches the invoice. • Each wellfield must be completed in on the day it is began. • All employees must have a badge and vehicles must be clearly marked with the name of the landscape company and a phone number. Category Descriptions for A-2: • Turf Mowing - Price per mow by area. Anticipate twice per month January through May and three to four times per month June through December. • Wellfield involve a number of sites ALL of which must be completed each time to be compensated for this line item. • Pest Control -price per service area per visit basis. • Fertilization: Price per application per area,trees and plants, not turf. Anticipate twice a year. • Landscape buffer maintenance-Price per service per area to include all landscape maintenance Page 12 of 14 responsibilities. This will include but not be limited to weeding, trimming, pruning, trash pickup, blowing, edging, herbicide, pesticide, fertilization, and incidentals to maintain landscape in place at the time of the quote. Buffer maintenance will be completed ONCE per month. • Pest Control -price per service area per visit basis. Category B— Water General including Booster Station Sites and the Public Utilities Operations Center on Mercantile generally require mowing,edging,blowing,weed control and removal of debris around the site. General Information for B: • Cyber Key will be issued to vendor and all sites must be accessed by vendor to record date and time at location. Invoices are audited to ensure the cyber key record matches the invoice. • Each wellfield must be completed in/on the day it is begun. • All employees must have a badge and vehicles must be clearly marked with the name of the landscape company and a phone number. Category Descriptions for B: • Turf Mowing - Price per mow by area. Anticipate twice per month January through May and three to four times per month June through December. • Wellfield involves a number of sites ALL of which must be completed each time to be compensated for this line item. • Pest Control - price per service area per visit basis. Category C — Wastewater IQ General including pump/lift station sites and the Collections Operation Center on Shirley St. generally require mowing, edging, blowing, weed control and removal of debris around the site. General Information for C: • Cyber Key will be issued to vendor and all sites must be accessed by vendor to record date and time at location. Invoices are audited to ensure the cyber key record matches the invoice. • Each pump station or well site must be completed in on the day it is began. • All employees must have a badge and vehicles must be clearly marked with the name of the landscape company and a phone number. Category Descriptions for C: • Turf Mowing - Price per mow by area. Anticipate twice per month January through May and three to four times per month June through December. • Pump stations/Well Sites may involve a number of sites ALL of which must be completed each time to be compensated for this line item. • Pest Control -price per service area per visit basis. Category D — Solid & Hazardous Waste General including landfill and recycling center sites generally require mowing, edging, blowing, weed control, some trimming, irrigation and removal of debris around the site. General Information for D: • Cyber Key will be issued to vendor and all sites must be accessed by vendor to record date and time at location. Invoices are audited to ensure the cyber key record matches the invoice. • Each pump station or well site must be completed in on the day it is began. • All employees must have a badge and vehicles must be clearly marked with the name of the landscape company and a phone number. Page 13 of 14 Category Descriptions for D: • Mowing-Heavy equipment or large mowers or bushhog may be needed on these sites. Category E—Miscellaneous items on an"as needed"basis. Category BA1 & BA2— Water Bid Alternates-Wellfields(BA1) and Sub-Regional Water Sites(BA2) Category Description for BA1 & BA2: • Generally require mowing, weeding, and trimming. Page 14 of 14 Exhibit B Fee Schedule following this page (pages 1 through 5 ) Page 16 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) 19-7565 ANNUAL LANDSCAPE MAINTENANCE-PUBLIC UTILITIES FACILITIES BID TABULATION CARIBBEAN LAWN&GARDEN OF SW NAPLES FL INC Pricing must be all inclusive.Mark up for any equipment,etc shall be 10%.Documentation of awardees'cost must be provided with actual invoice from the supplier. If a sub-contractor is required the mark-up shall be 15%. After hours will be calculated at 1 and 1/2 time.After hours are considered before 7:00 AM and after 5:00 PM.Normal business hours are considered between 7:00am and 5:00p m. The Holiday Schedule is listed under the Excel Tab as Holiday Schedule DESCRIPTION UNIT PRICE Carribbean Lawn CATEGORY A-1 -WATER PLANT SITES PRIMARY 1 SCRWTP-3561 City Gate Dr. Large site with grass and significant shrubs,trees and hedges. A. Basic Maintenance Functions Mowing $ 400.00 Perimeter Mowing $ 200.00 Pond Mowing $ 200.00 Weeding $ 100.00 Monthly Functions Irrigation Systems $ 250.00 Bi-Annual Irrigation/Zones Review $ 250.00 B. Site Specific Maintenance Functions General Site Pruning and Trimming(monthly) $ 200.00 Fertilizer $ 100.00 2 NCWTP-8005&8205 Vanderbilt Beach Rd Ext Large site with grass and significant shrubs,trees and hedges. A. Basic Maintenance Functions Mowing $ 375.00 Perimeter Mowing $ 200.00 Weeding $ 100.00 Monthly Functions Irrigation Systems $ 250.00 Bi-Annual Irrigation/Zones Review $ 250.00 B. Site Specific Maintenance Functions General Site Pruning and Trimming(monthly) $ 200.00 Fertilizer(See Exhibit A-NCWTP Fertilization Schedule) $ 100.00 3 ADDITIONAL A, Pest Control,as needed,no more than quarterly $ 300.00 CATEGORY A-2 -WASTEWATER PLANT SITES Carribbean Lawn PRIMARY 1 SCRWRF-5600 Warren Street Large site with grass and significant shrubs,trees and hedges. A. Basic Maintenance Functions Mowing $ 700.00 Perimeter Mowing $ 250.00 Weeding $ 400,00 Monthly Functions Irrigation Systems $ 250.00 Bi-Annual Irrigation/Zones Review $ 250.00 B. Site Specific Maintenance Functions General Site Pruning and Trimming(monthly) $ 200.00 Fertilizer $ 60.00 1(a) SCRWRF Conservation Areas located at Eagle Lakes Community Park-11565 Tamiami Trail East Mow 10-foot wide on each side of Pathways around Ponds A,B,&C A. Basic Maintenance Functions Pathway Mowing $ 300.00 2 NCWRF-10500 Goodlette-Frank Rd N Large site with grass and significant shrubs,trees and hedges. A. Basic Maintenance Functions Mowing $ 650.00 Perimeter Mowing $ 200.00 Weeding $ 450.00 Monthly Functions Irrigation Systems $ 250.00 Bi-Annual Irrigation/Zones Review $ 250.00 B. Site Specific Maintenance Functions General Site Pruning and Trimming(monthly) $ 400.00 Fertilizer $ 120.00 3 NESA-1445 Oilwell Rd. Medium site with grass only and some trees A. Basic Maintenance Functions-(1 to 2 times monthly) Mowing $ 375.00 Perimeter Mowing $ 200.00 Weeding $ 250.00 B. Site Specific Maintenance Functions General Site Pruning and Trimming(biannual) $ 250.00 4 Golden Gate-4931 32nd Ave SW Medium site with grass,hedges and plants. A. Basic Maintenance Functions ,Mowing $ 250.00 Perimeter Mowing $ 200.00 Weeding $ 100.00 Trimming $ 150.00 5 ADDITIONAL A. Pest Control,as needed,no more than quarterly $ 500.00 CATEGORY B -WATER GENERAL Caribbean Lawn SECONDARY 1 Public Utilities Operations Center(PUOC)-4370 and 4220 Mercantile Avenue 4 areas plus of grass plus multiple small islands in parking lot with hedges/trees. A. Basic Maintenance Functions- Mowing $ 200.00 Weeding $ 100.00 Trimming $ 100.00 B. Site Specific Maintenance Functions General Site Pruning and Trimming(1-2 times annually) $ 400.00 Bi-Annual Irrigation/Zones Review $ 250.00 2 Carica Booster-7200 Goodlette Road Medium site with grass only. A. Basic Maintenance Functions-(1 to 2 times monthly) Mowing $ 200.00 Perimeter Mowing $ 200.00 Weeding $ 100.00 3 ISLES OF CAPRI PUMP STATION- Medium site with grass,hedges and plants. A. Basic Maintenance Functions Mowing $ 200.00 Perimeter Mowing $ 200.00 Weeding $ 100.00 Trimming $ 100.00 4 MANATEE REPUMP STATION-1300 Manatee Road Large site with grass and plants. A. Basic Maintenance Functions-(1 to 2 times monthly) Mowing $ 200.00 Perimeter Mowing $ 200.00 Weeding $ 100.00 Trimming $ 100.00 5 GOODLAND REPUMP STATION -5942 SR 92 Small site with grass and hedge. A. Basic Maintenance Functions-(1 to 2 times monthly) Mowing $ 200.00 Perimeter Mowing $ 200.00 Weeding $ 100.00 Trimming $ 100.00 6 RAW WATER BOOSTER STATION-841 7th Ave SW Large site with grass and hedge. A. Basic Maintenance Functions Mowing $ 100.00 Perimeter Mowing $ 50.00 Weeding $ 100.00 Trimming $ 100.00 7 VANDERBILT BOOSTER STATION-Just north of the entrance to Audubon at 15545 Vanderbilt Dr. Very small site with grass-must utilize smaller equipment inside of fence area. A. Basic Maintenance Functions Mowing $ 25.00 Weeding $ 10.00 Trimming $ 10.00 8 NE Chlorination Station-located on 4th St NE as part of 2470 4th St NE Very small site with grass and minor plantings-utilize smaller equipment inside of fence area. A. Basic Maintenance Functions Mowing $ 150.00 Weeding $ 10.00 Trimming $ 100.00 9 ADDITIONAL A. Pest Control,as needed,no more than quarterly $ 100.00 CATEGORY C-WASTEWATER GENERAL N/A CATEGORY D-SOLID WASTE GENERAL Carribbean Lawn PRIMARY 1 NERC 825 39th Ave NE A. Basic Maintenance Functions Mowing-14 acre site with buildings and landscaping $ 350.00 Weeding $ 350.00 Monthly Functions Irrigation Systems $ 250.00 Bi-Annual Irrigation/Zones Review $ 250.00 B. Site Specific Maintenance Functions General Site Pruning and Trimming(monthly) $ 400.00 C. Canopy Tree and Palm Pruning(Quarterly:January,April,July,October) $ 1,250.00 D. Fertilization $ 120.00 2 Marco Island Recycling Center 990 Chalmer Dr. A. Section I.Basic Maintenance Functions Mowing-1.3+/-acre site with buildings and landscaping $ 200.00 Weeding $ 200.00 Monthly Functions Irrigation Systems $ 250,00 Bi-Annual Irrigation/Zones Review $ 250.00 B. Canopy Tree and Palm Pruning(Quarterly:January,April,July,October) $ 2,300.00 North Collier Recycling Drop-off Center 9950 Goodlette Frank 3 Rd. N. A. Section I.Basic Maintenance Functions Mowing(248,750 SF) $ 300.00 Weeding $ 150.00 Monthly Functions Irrigation Systems $ 250.00 Bi-Annual Irrigation/Zones Review $ 250.00 B. General Site Pruning and Trimming(monthly) $ 400.00 C. Fertilization $ 50.00 4 Naples Recycling Drop-off Center 2640 Corporate Flight Dr. A. Section I.Basic Maintenance Functions Mowing-3.5+/-acre site with buildings and landscaping $ 350.00 Weeding $ 250.00 B. Canopy Tree and Palm Pruning(Quarterly:January,April,July,October) $ 500.00 5 Carnestown 31201 Tamiami Trail East A. Section I.Basic Maintenance Functions Mowing-4+/-acre site $ 250.00 Weeding $ 250.00 6 Collier County Landfill-3730 White Lake Blvd. A. Section I.Basic Maintenance Functions Mowing-Right-of-way area both sides of White Lake Blvd. $ 1,150.00 Mowing-Interior to Landfill around buildings and landscaping $ 400.00 Mowing-Observation Area $ 400.00 Mowing-Cell Six and Lift Station Area $ 300.00 Spray for weeds $ 400.00 B. Fertilization(around building areas) $ 50.00 7 Immokalee Landfill-700 Stockade Rd. A. Section I.Basic Maintenance Functions Mowing-grass areas,around Scalehouse and entrance road-up to 80 acres $ 1,650.00 Spray for weeds $ 200.00 8 Eustis Landfill-Part of 1060 Sanitation Rd. A. Section I.Basic Maintenance Functions Mowing-appx 14+/-acres-grass area within fence&5 foot outside fence on road side $ 650.00 Spray for weeds along fence line $ 150.00 9 ADDITIONAL A. Pest Control,as needed,no more than quarterly $ 500.00 CATEGORY E-ADDITIONAL UNIT PRICING N/A Caribbean Lawn&Garden BID ALTERNATE SITES PRIMARY DESCRIPTION UNIT PRICE CATEGORY BAI -WELLFIELDS: 1 TAMIAMI WELLFIELD Golden Gate Estates 36 small sites A. Basic Maintenance Functions Mowing $ 325.00 Weeding $ 200.00 2 NORTH HAWTHORN WELLFIELD Golden Gate Estates 20 small sites including long run of grass along roadway bear wells 18-20 A. Basic Maintenance Functions Mowing $ 325.00 Weeding $ 200.00 3 SOUTH HAWTHORN WELLFIELD 42 small sites A. Basic Maintenance Functions Mowing $ 325.00 Weeding $ 200.00 CATEGORY BA2-WATER PLANTS Golden Gate Water Plant- 4 4300 Golden Gate Parkway Small are with grass. A. Basic Maintenance Functions Mowing $ 75.00 Weeding $ 75.00 Trimming $ 75.00 Green Blvd.Water Station- 5 4781 Green Blvd. Small are with grass. A. Basic Maintenance Functions Mowing $ 75.00 Weeding $ 75.00 Trimming $ 75.00 Other Exhibit/Attachment Description: f l following this page (pages through ) 0 this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.I) S ACc CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/03/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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). PRODUCER CONTACT NAME: Bill Falcone Arnold and Barton Insurance Group PHONEo.Extl: (239)331-8595 FAX No): (239)331-8589 _ 700 11th Street South E-MAIL ADDRESS: C Pabna gill les.com INSURER(S)AFFORDING COVERAGE NAIC# Naples FL 34102 INSURERA: CLEAR BLUE INSURANCE COMPANY INSURED INSURER B: EVANSTON INSURANCE COMPANY Caribbean Lawn and Garden of SW Naples, Inc INSURER C: PO Box 990866 INSURER D: INSURER E: Naples FL 34116 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE N o SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS SD WVD (MM/DD/YYYY) (MM/DD/YYYY) X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000.00 CLAIMS-MADE X OCCUR DAMAGES l RENTED PREMISES(Ea occurrence) $ 100,000.00 MED EXP(Any one person) $ 5,000.00 A Y BIFL11404202 11/13/2018 11/13/2019 PERSONAL BADV INJURY $ 1,000,000.00 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000.00 X POLICY L PRO-JECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000.00 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY _ AUTOS ONLY (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Pollution Liability GENERAL AGGREG/ 1,000,000 B Y PLU3499657 10/03/2019 10/03/2021 EACH OCCURRENCI 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Collier County Board of County Commissioners,Or Board of County Commissioners in Collier County,Or Collier County Government,Or Collier County Included as an additional insured under the caption Commercial General Liability and Pollution Liability Policies on a primary and noncontributory basis if and to the extent required by written contract#197565. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail E. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Naples,Florida 34112 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Date CERTIFICATE OF LIABILITY INSURANCE 10/2/2019 Producer: Plymouth Insurance Agency This Certificate is issued as a matter of information only and confers no 2739 U.S. Highway 19 N. rights upon the Certificate Holder. This Certificate does not amend,extend Holiday, FL 34691 or alter the coverage afforded by the policies below. (727) 938-5562 Insurers Affording Coverage NAIC# Insured: South East Personnel Leasing, Inc. & Subsidiaries Insurer A: Lion Insurance Company 11075 2739 U.S. Highway 19 N. Insurer B: Holiday, FL 34691 Insurer C: Insurer D: Insurer E: Coverages 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 at the terms,exclusions,and conditions of such policies. Aggregate limits shown may have been reduced by paid claims. INSR ADDL Policy Effective Policy Expiration LTR INSRD Type of Insurance Policy Number Date Date Limits (MM/DD/YY) (MM/DD/YY) GENERAL LIABILITY Each Occurrence $ Commercial General Liability Commercial Damage to rented premises(EA Claims Made Occur occurrence) $ Med Exp $ Personal Adv Injury $ General aggregate limit applies per: General Aggregate $ D Policy ❑Project ❑ LOC Products-Comp/Op Agg $ AUTOMOBILE LIABILITY Combined Single Limit (EA Accident) $ Any Auto All Owned Autos Bodily Injury (Per Person) $ Scheduled Autos Hired Autos Bodily Injury Non-Owned Autos (Per Accident) $ Property Damage (Per Accident) $ mi.. EXCESS/UMBRELLA LIABILITY Each Occurrence IOccur ❑Claims Made Aggregate Deductible A Workers Compensation and WC 71949 01/01/2019 01/01/2020 x I WC Statu- I I OTH- Employers'Liability tory Limits ER Any proprietor/partner/executive officer/member E.L.Each Accident $1,000,000 excluded? NO E.L.Disease-Ea Employee $1,000,000 If Yes,describe under special provisions below. E.L.Disease-Policy Limits $1,000,000 Other Lion Insurance Company is A.M. Best Company rated A(Excellent). AMB# 12616 Descriptions of Operations/LocationsNehicles/Exclusions added by Endorsement/Special Provisions: Client ID: 91-69-921 Coverage only applies to active employee(s)of South East Personnel Leasing,Inc.&Subsidiaries that are leased to the following"Client Company": Caribbean Lawn&Garden of SW Naples FL.,Inc. Coverage only applies to injuries incurred by South East Personnel Leasing,Inc.&Subsidiaries active employee(sj,while working in:FL. Coverage does not apply to statutory employee(s)or independent contractor(s)of the Client Company or any other entity. A list of the active employee(s)leased to the Client Company can be obtained by faxing a request to(727)937-2138 or email certificates@lioninsurancecompany.com Project Name: CONTRACT#19-7565 ISSUE 10-02-19(AR) Begin Date:12/28/2017 CERTIFICATE HOLDER CANCELLATION COLLIER COUNTY BOARD OF COUNTY COMMISSIONER Should any of the above described policies be cancelled before the expiration date thereof,the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left,but failure to do so shall impose no obligation or liability of any kind upon the insurer,its agents or representatives. 3295 TAMIAMI TRAIL E NAPLES, FL 34112 i f