Loading...
Agenda 02/11/2020 Item #16A 8 (Contract #19-7662 - Mainscape,Inc & Walkers Service, Inc.)02/11/2020 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid No. 19-7662, “Immokalee Road Landscape Maintenance - Work Area 18B,” to Mainscape, Inc., as the Primary Contractor, and Walkers Service, Inc., as the Secondary Contractor. OBJECTIVE: To award landscape maintenance contractors to maintain improved landscaped medians and right-of-way on Immokalee Road from Collier Boulevard to Wilson Boulevard; approximately five (5) miles. CONSIDERATIONS: On May 24, 2019, the County publicly advertised Invitation to Bid (“ITB”) No. 19-7629, “Immokalee Road Landscape Maintenance - Work Area 18B.” The County emailed 7,041 notifications to registered contractors; interested contractors downloaded 63 bid packages but the County did not receive any bids by the July 11, 2019 deadline. As a result, Growth Management requested the Procurement Services Division to re-advertise the solicitation. On August 22, 2019, the County released ITB No. 19-7662, “Immokalee Road Landscape Maintenance - Work Area 18B” and emailed 8,995 notifications to registered contractors, interested contractors downloaded 56 bid packages, and the County received five (5) offers by the September 25, 2019 deadline. Staff reviewed the bid documents and found four (4) bidders responsive/respons ible, and one bidder, Superb Landscaping, Inc., non-responsive for not providing the required documentation. Staff is recommending awards to Mainscape, Inc., as the Primary Contractor, and Walkers Services, Inc., as the Secondary Contractor. If the Primary Contractor is unable to provide services, then staff will utilize the services of the Secondary Contractor. The amounts in the table below are overall bid totals for three years from the following bid schedule categories: Routine Landscape Maintenance, Site Specific Maintenance (Tree and Palms), Fertilization, Ornamental & Turf Spraying, and Alternative Services. Bidder Base (Section I & Section II) Alternative (Section III) Total (Section I - III) Mainscape, Inc. $681,990.66 $729,947.94 $1,411,938.60 Walkers Service, Inc. $1,163,496.00 $770,831.00 $1,934,327.00 Superior Landscaping & Lawn Service $1,294,212.00 $883,491.00 $2,177,703.00 Hannula Landscaping & Irrigation, Inc. $2,176,677.00 $718,322.74 $2,894,999.74 Superb Landscape Services, Inc. (Non-Responsive) $2,408,075.77 $369,879.67 $2,777,955.44 Mainscape, Inc.’s cost per mile for base (Section I & II) services is $55,567.59, which is below the current average annual cost per mile of $63,266.61. These services are for median mowing & ed ging, side right-of-way mowing, weeding, general site trimming, street cleaning, trash removal, and irrigation system maintenance and repair, tree and palm maintenance, fertilization, ornamental and turf spraying, and Maintenance of Traffic. The cost per mile does not include alternative services (Section III) such as plant material purchases with installation, growth regulator applications, mulching, pressure cleaning, major irrigation repairs, emergency response hours, tree and palm services, equipment with operators, or traffic accident clean up. The quantities and service frequencies listed on the bid schedule were approximate numbers and values for bidding purposes only. Staff will monitor costs closely and reduce alternative service work by increasing in-house labor to perform these services when feasible. This 16.A.8 Packet Pg. 212 02/11/2020 Agreement is for a three-year term with the option to renew for two, one-year terms. FISCAL IMPACT: The funding for these services is budgeted annually in the Road Maintenance Division Landscape Fund 112, Operating Project No. 31112. The approximate spend for a three year term under this Agreement is $1,411,940 , with an annual spend of $470,647, which includes alternative services. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. RECOMMENDATION: To award Invitation to Bid No. 19-7662, “Immokalee Road Landscape Maintenance - Work Area 18B,” to Mainscape, Inc., Primary Contractor, and Walkers Service, Inc., Secondary Contractor, and authorize the Chairman to sign the attached agreements. Prepared by: Melissa Pearson, Contract Administration Specialist, Growth Management Department ATTACHMENT(S) 1. 19-7662 NORA (PDF) 2. 19-7662_Solicitation (PDF) 3. 19-7662 Bid Tabulation (PDF) 4. 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (PDF) 5. 19-7662 Mainscape, Inc_Insurance_ 12-30-19 (PDF) 6. 19-7662 Mainscape_Proposal (PDF) 7. Mainscape_Irrigation (PDF) 8. 19-7662 WalkerService_Insurance_12-20-19 (PDF) 9. 19-7662 WalkersService_Contract_VendorSigned_Redacted (PDF) 10. 19-7662_Walkers_Proposal (PDF) 16.A.8 Packet Pg. 213 02/11/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.8 Doc ID: 11232 Item Summary: Recommendation to award Invitation to Bid No. 19-7662, “Immokalee Road Landscape Maintenance – Work Area 18B,” to Mainscape, Inc., as the Primary Contractor, and Walkers Service, Inc., as the Secondary Contractor. Meeting Date: 02/11/2020 Prepared by: Title: Contract Administration Specialist – Road Maintenance Name: Melissa Pearson 01/03/2020 11:21 AM Submitted by: Title: – Road Maintenance Name: Albert English 01/03/2020 11:21 AM Approved By: Review: Growth Management Department Christine Arnold Level 1 Reviewer Completed 01/03/2020 1:44 PM Growth Management Department Pamela Lulich Additional Reviewer Completed 01/06/2020 6:08 AM Procurement Services Barbara Lance Additional Reviewer Completed 01/06/2020 8:05 AM Road Maintenance Joseph Delate Additional Reviewer Completed 01/06/2020 11:07 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/06/2020 11:54 AM Road Maintenance Albert English Additional Reviewer Completed 01/07/2020 12:01 PM Procurement Services Evelyn Colon Additional Reviewer Completed 01/07/2020 2:42 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 01/13/2020 7:53 AM Procurement Services Sandra Herrera Additional Reviewer Completed 01/13/2020 10:20 AM Procurement Services Priscilla Doria Additional Reviewer Completed 01/21/2020 2:56 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 01/21/2020 4:46 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 01/22/2020 2:09 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 01/22/2020 2:27 PM Grants Valerie Fleming Level 3 OMB Gatekeeper Review Completed 01/24/2020 4:15 PM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 01/30/2020 2:01 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 02/05/2020 2:09 PM 16.A.8 Packet Pg. 214 02/11/2020 Board of County Commissioners MaryJo Brock Meeting Pending 02/11/2020 9:00 AM Growth Management Department Melissa Pearson Deputy Department Head Review Skipped 01/02/2020 12:54 PM 16.A.8 Packet Pg. 215 16.A.8.a Packet Pg. 216 Attachment: 19-7662 NORA (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR IMMOKALEE ROAD LANDSCAPE MAINTENANCE (COLLIER BOULEVARD TO WILSON BOULEVARD) WORK AREA 18B SOLICITATION NO.: 19-7662 BARBARA LANCE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252- 8998 Barbara.Lance@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.A.8.b Packet Pg. 217 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 19-7662 PROJECT TITLE: Immokalee Road Landscape Maintenance, (Collier Blvd to Wilson Blvd), Work Area 18B DUE DATE: September 25, 2019 @ 3:00 pm PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Road Maintenance Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specificat ions or Scope of Work stated. BACKGROUND Work Area 18B is currently under construction for landscape and irrigation installations. The work area is located on Immokalee Road from Collier Boulevard to Wilson Boulevard; it is approximately 5.0 miles. This project is scheduled for completion in December 2019. The landscape maintenance services will commence following the final acceptance of the project. The annual budget for this roadway is estimated at $380,000. TERM OF CONTRACT The contract term, if awards are made is intended to be for (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing s tructure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in ef fect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comp ly with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows: ➢ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Lowest Total Bid ➢ Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Identify Primary and Secondary Awardees ➢ The County reserves the right to issue a formal contract, standard County Purchase Order, or utilize the County Purchasing Card for the award of this solicitation. 16.A.8.b Packet Pg. 218 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) DETAILED SCOPE OF WORK The awarded contractor shall be responsible in providing landscape maintenance to sustain the quality of plant materials while ensuring roadways are well-maintained. Contractors shall refer to Florida Friendly Best Management Practices for Protection of Water Resources by the Green Industries in keeping landscapes and turf healthy. BRIEF DESCRIPTION OF PURCHASE The County intends to award a qualified contractor to provide landscape maintenance and alternative services as listed in this solicitation for a three (3) year term with two (2), one (1) year renewals. The awarded contractor shall b e responsible in providing landscape maintenance services. The contractor shall be required to follow Green Industries Best Management Practices for Florida frie ndly plants. MINIMUM REQUIREMENTS AND BID DOCUMENTATION There are minimum requirements to perform services under this contract which include licensing, certifications, and documentation as listed below. The following licenses and certifications are requirements to perform services under this agreement. If the co ntractor is subcontracting services, they shall be liable in overseeing the subcontractor to ensure services are in accordance with the contract documents. Contractors and Subcontractors (if applicable) must submit the required licenses, certifications, and documentation with bid submission or before Notice of Recommended Award (NORA). Licenses Licenses and certifications pursuant to Collier County, Contractor’s Licensing, Ordinance Number 2006 -46, as amended, and Florida State Statutes. □ Landscape License such as but not limited to: Commercial Landscape; Landscape Restricted; Landscape & Irrigation; or Unlimited Landscape. □ Irrigation License □ Pest Control License Certifications □ Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. □ Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S. □ Pest Control Employee Identification Card for non-certified employees OR a listing of employees’ names and their issued ID card numbers that will perform pest control for a licensed company. Each ID card must be an employee of the licensed company and work under the direct supervision of the certified operator in charge. Chapter, 482.091 F.S. □ Maintenance of Traffic (MOT), Intermediate Level Certificate with three (3) years’ experience. □ Green Industries, Best Management Practices, Certificate under Chapter 482.1562, F.S. (certificate must be obtained within six (6) months from contract execution). Documentation □ Routine Landscape Maintenance Experience: Submit a brief description showing a minimum three (3) years’ experience with governmental or commercial accounts, that is similar in nature, to the Scope of Work and specifications listed herein. □ Irrigation Experience: Submit a brief description showing three (3) years’ experience where the contractor/subcontractor is maintaining Motorola Irrigation Control Systems or equivalent smart controller systems. □ Equipment List: Provide a list of all company-owned and leased equipment for this contract. □ References: Include three (3) governmental or commercial references relevant to the services listed in the specifications. SCOPE OF SERVICES The awarded contractor shall perform monthly landscape maintenance services. The line item service frequencies may be weekly , monthly, quarterly, or “as needed. The division determines the monthly schedules based on worksite conditions to maintain the quality and health of the plant materials, and the safety of the traveling public. The alternate services listed on the bid schedule may be requested by the division, or the division has the option to request quotes for these services off contract to meet the division’s needs following the Procurement Ordinance guidelines. “Exhibit A” within this document lists the work areas, plant materials, quantities, and chemical applications . Work Area 18B shall be awarded in “as is” conditions, so bidders are highly encouraged to visit each work area for a full assessment before bidding. Maintenance of Traffic (MOT) is a requirement because work is in the roadways. 16.A.8.b Packet Pg. 219 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Work Area 18B: Immokalee Road from Collier Boulevard to Wilson Boulevard; approximately 5.0 miles □ Improved median numbers 44 through 64 □ North and South right-of-way (ROW) (Alternative Service) SPECIFICATIONS Some of the specifications listed within this document may not apply to the bid line items for this solicitation; however, if agreements are modified, these specifications may be required . Refer to the bid tabulation for the services being requested for this solicitation. The specifications are a guide to successfully perform the services, and they may be revised by the Landscape Division as they deem necessary. The contractor agrees to abide by those revisions in performing the work. Collier County expects the awarded contractor to comply with all terms of the contract. The line items are essential elements in maintaining the landscaping, and the contractor shall adhere to them. The bid tabulation quantities are approximate numbers, and the frequencies for services are suggestions for bidding purposes. Services, quantities, and the units of measure may increase or decrease at the discretion of the division for budgetary reasons or site conditions. The c ontractors shall perform services as requested in the monthly task schedules; refusal to comply with these conditions, may be subject to non-performance penalties or contract termination. Unit prices include furnishing labor, supervision, equipment, tools, materials, and Maintenance of Traffic to perform the work, as it relates to the line items. Use current techniques and standards approved by the University of Florida, Institute of Food and Agriculture Services (UF/IFAS). The following link goes directly to the UF/IFAS website. Contractors can obtain online versions of Green Industries Best Management Practices manuals in English and Spanish: https://ffl.ifas.ufl.edu/professionals/BMP_manual.htm 1. Routine Landscape Maintenance Road Maintenance Division, Landscape Operations, has provided the contractor with landscape maintenance and irrigation specifications to perform the services. Specifications for routine services may include, but are not limited to, Median Mowing & Edging; Side Right-of-Way (ROW) Mowing & Edging; Street Cleaning; Weeding; General Site Trimming (plant materials that are ten feet and below); and Trash Removal. 1.1. Median Mowing & Edging and Side ROW Mowing & Edging The number of service frequencies may be modified by the Division for various reasons. These services may include, but not limited to: swale areas, sod within medians, and sod on sides of ROW (both sides of the roadway). If the contractor fails to perform services on listed on the monthly schedule, or they are not performing services per the bid specifications, they may have penalties incurred for non-performance which is at the Division’s discretion. 1.1.1. Before mowing, the contractor shall remove palm fronds, horticultural and non -horticultural debris, leaves, rocks, paper, tree branches and limbs, and various types trash from the turf areas, plant beds, and hardscapes. 1.1.2. Mow in a manner consistent with landscape maintenance industry standards that ensures smooth surface appearance without scalping or leaving uncut grass. 1.1.3. Use alternative mowing practices, patterns, or equipment within narrow turf areas to prevent wheel ruts or worn areas in the turf. 1.1.4. All ROW mowing is from the back of the curb or sidewalk to the right-of-way line (in most cases the wooden or concrete power poles). 1.1.5. Mow at the highest recommended height for species in the table below per the University of Florida’s Institute of Food and Agriculture Sciences (UF/IFAS). Do not remove more than one third (1/3) of the leaf blade at each mowing. Species Mowing Height (inches) Grass Height Not to Exceed (inches) Bahiagrass 3.0 – 4.0 4.5 – 6.0 St. Augustine 3.5 – 4.0 5.5 – 6.0 1.1.6. Mow turfgrass with a mulching type mower eliminating the need to bag and transport grass clippings. Leaf clippings in the turf area will add nutrients and organic matter back into the lawn. Should bagging be necessary, the bagged clippings shall be collected and removed at no additional cost to the County. 1.1.7. Swale mowing is throughout the entire year. During rainy season conditions, the contractor shall address these areas at each service. Water in swales with vegetation and weeds protruding above the water, contractor shall reduce the vegetation height to 12” above the water line or as directed by the Division. Mowed vegetation should be directed away from the water and it is not authorized to remain piled up around the pond. 1.1.8. Dry retention mowing is throughout the year, the height of grass must not exceed eighteen inches (18”). Areas holding water, the contractor shall restrict mowing with a ten-foot (10’) buffer from the water’s edge. Mowing clippings shall be directed away from the water and not allowed to remain piled up around the pond. 1.1.9. Wet retention (ponds) mowing that is within ten feet (10’) from the water’s edge at the time of mowing, vegetation must be greater than 6 inches in height. Mowing clippings shall be directed away from the water and not allowed to 16.A.8.b Packet Pg. 220 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) remain piled up around the pond. 1.1.10. Turf areas that are water-soaked require a hand walk behind mower, twenty-one-inch (21” +/-) diameter, to prevent wheel ruts in the turf caused by heavier, self-propelled, riding mowers. Damage to the turf caused by the contractor’s equipment shall be repaired immediately following the service at no additional cost to the County. 1.1.11. Contractor is responsible in notifying the Division Supervisor or designee immediately when turfgrass is showing visible signs of heat stress, disease, or irrigation malfunctions. 1.2. Edging Mechanical turf edging shall be done with each mowing service or as directed by the Division. Herbicides are not authorized for edging. 1.2.1. Metal blade edging is not permitted along plant bed and turf edges where an underground irrigation system is present. 1.2.2. Mechanical metal blade edging is permitted along the back of curbs. 1.2.3. Grass root runners extending into the mulched, concrete, asphalt, and brick paved areas shall be cut and removed with the edging service. 1.2.4. Edging is required in all turf areas such as, but not limited to: sprinkler heads, valve boxes, timer pedestals, post s, utility service boxes, shrubs, signposts, utility holes, guardrails, along sidewalk edges, back of concrete curbs, around plant beds, street light bases, headwalls, and trees. 1.2.5. Edging debris on streets, sidewalks, or other areas shall be removed the sam e day as the service. Applies to sidewalks, curbing, gutters including a four-foot (4’) area from the face of the curb and sidewalk. 1.2.6. No clippings or other debris shall be blown into or deposited onto adjacent property or accumulated in ROW areas. 1.2.7. Edging with herbicides is not authorized, and if Contractor used them, they are responsible for bringing the damage areas back to full restoration at their expense. 1.3. Street Cleaning Sidewalks, curbs, and gutters, including four feet (4’) area from the face of g utters, curbs, turn lanes, medians, and sidewalks must be cleaned immediately following each service to prevent accumulation of debris and to keep areas neatly maintained with safe conditions. On the same day of mowing, the contractor shall remove grass clippings and debris from hardscapes. 1.3.1. Remove grass clippings and debris near a stormwater inlet or catch basin. 1.3.2. Do not allow grass clippings or debris to enter any inlet, catch basin, or body of water. 1.3.3. Deposit grass clippings into existing turf areas. 1.3.4. No debris shall be blown or deposited onto adjacent property, accumulated on right -of-way areas, or blown into roadways or travel lanes. 1.3.5. Remove all debris and clippings from sidewalks, curbs, gutters, or roadways. 1.4. Weeding Weed control shall be maintained by the contractor leaving the area ascetically pleasing and safe area. Weeding is within the medians and the sides of ROW to include bedding plants, perennials, shrubs, trees, sidewalks, asphalt, concrete, pavers, guardrail bases, tree grates, curb joints, and mulched areas. 1.4.1. Perform services weekly, as necessary or instructed providing a reasonably weed -free and a visually well-maintained. 1.4.2. The contractor must control weeds in landscape plantings. Contractor’s employees may manually pull weeds by hand, chemical method (not harming plant materials), or use a combination of manual and chemical methods. 1.4.3. Post-emergent products must contain Glyphosate herbicide to control weeds, and it will require the contractor to add blue tracker, tracing dye to the chemical for inspections. 1.4.4. Incomplete weeding may cause invoice rejection. The contractor may be subject to non-performance deductions for failure to perform the services as shown in these bid specifications. 1.5. General Site Trimming Contractor shall disinfect pruning tools before performing County contracted services to prevent disease transmission. Pruning is on a weekly basis, “as needed,” or at the Division’s discretion for plant foliage below 10-feet. Contractor must notify the Division Landscape Supervisor with plant materials and vegetation showing signs of dying trees, shrubs, and plant materials. Notification must be in writing via email within 24 hours of working in the area. 1.5.1. Services include trimming plant foliage to heights below 10-feet; including but not limited to: groundcovers, shrubs, canopy trees (except Magnolias) and palms. Remove water sprouts, suckers, dead or diseased foliage, and branches. 1.5.2. Maintain groundcovers within 18-inches from the curb. 1.5.3. Trim plants 18-inches from the irrigation heads to maintain uniform irrigation distribution patterns. 1.5.4. Mandatory Safety Requirement: maintain visibility of vehicular sight lines with an 18-inch maximum height through twenty-four inches (18” – 24”); that is measured from the travel lane. Shrubs within the turn lanes maintain twenty - 16.A.8.b Packet Pg. 221 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) four (24”) measured from the travel lane. Trim the plant material to proper plant shape and form. Immediate action must be taken if requested by the Division. 1.5.5. Corrective pruning services performed to keep the natural shape and characteristics of the species. 1.5.6. Prune groundcovers and shrubs to 18-inches in height by October 1st each year before cooler temperatures, to ensure blooming plants are at the proper elevation during the heavy traffic season. 1.5.7. Groundcovers and shrubs maintain a36-inch maximum height or as directed by the Division. 1.5.8. Prune selectively to improve the plant structure health and to enhance fruiting, flowering, or appea rance. 1.5.9. Shrub pruning should be done consistently throughout each median for all shrub types, so the landscape appearance has continuity throughout that median. 1.5.10. Bougainvillea’s and Green Island Ficus maintain 24-inches throughout the year. 1.5.11. Asian Jasmine and Perennial Peanut are to be top sheered with side edging/sheering. 1.5.12. Prune ornamental grasses once a year (or as directed by the Division), only after the blooming season, at the plant base to remove old growth. Do not cut grasses in a flat top method. Varieties include, but are not limited to Fountain, Muhly, Florida Gama, and Fakahatchee. 1.5.13. Do not prune Liriope muscari without Division approval and guidance. 1.5.14. Remove old leaves and dead flowering growth on the Blueberry Flax, Agapanthus, Bi rd of Paradise, Iris, and other similar varieties. 1.5.15. Maintain tree canopies over pathways or sidewalks at a minimum height of 10-feet. 1.5.16. Shrubs and groundcovers adjacent to pathways or sidewalks prune to maintain 1-foot clearance from the edge of the pathway. It is recommended that adjacent shrubs and groundcovers are maintained at an angle or rounded away from the pathway. 1.5.17. Groundcovers require minimal pruning. Groundcovers are not allowed to grow over curbs or onto paved areas. 1.5.18. Landscaping requires an esthetically clean appearance, so remove pruning and trimming debris following each service. 1.6. Trash Removal Contractor shall remove trash or other debris at each service. Debris and trash consists of paper, bottles, cans, trash, horticultural and non-horticultural debris, leaves, rocks, tree branches and limbs, and other debris that is not part of the landscape. At each service, the contractor shall remove trash from turf areas, plant beds, and hardscapes. Trash and debris disposal must be at a landfill or disposal site. The unit cost for this line item is inclusive of disposal fees, tipping, etc. 1.7. Irrigation Services Irrigation System Maintenance and Repair may be subcontracted. The work may consist of weekly irrigation systems visual inspections to determine if systems are functioning normally. Work areas must b e completed before moving to the next roadway. Any minor repairs discovered during the weekly services, shall be repaired immediately. Minor repairs consist of, but not limited to, cuts, lateral/funny leaking pipes, replacing irrigation heads, clogged head s, damaged pipes, and flooded areas. Any damaged caused by the Contractor’s or subcontractor’s personnel while performing services shall be repaired immediately at no cost to the County. ▪ Contractor subcontracting irrigation services does not relieve them from overseeing the work and the responsibility or liability assumed under contract. ▪ The contractor shall remain liable for work performance by a subcontractor, and ensures subcontractor completes the work and meets timelines requested by Division Representative. ▪ Satisfactory performance is a requirement under the contract; unsatisfactory work may cause deductions for non - performance. 1.7.1. Valves Valves can be operated manually at the valve box, and the surge board toggle, or at the controller. Return the operation switch to the “automatic” position following service. Failure to do so may create hazardous road conditions because of uncontrolled irrigation water running outside of the programmed schedule area. At Division’s discretion, they may change the operating procedure, so valves turn on virtually using a laptop or Smart device. 1.7.2. Automatic Control Valve assemblies and Quick Coupling Valves service requirements: ▪ Open zone control valve assemblies’ boxes and inspect valves for leaks and proper settings. ▪ Clean valve boxes ensuring they are clean and free of debris, leaves, and mulch. ▪ Check quick coupling boxes ensuring they are free of debris and foreign objects. ▪ Keep grass and mulch out of valve boxes. ▪ Valve boxes in sod areas to be kept at sod level. ▪ Valve boxes in plant beds to be kept two inches (2”) above finished mulch level, and any encroaching vegetation shall be trimmed to ensure valve boxes are accessible. Upon approval, County will supply the valve boxes to reach the specified height. 16.A.8.b Packet Pg. 222 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 1.7.3. Minor Repairs ▪ Field repairs not completed on the same day must continue the next day. ▪ Each day repairs are incomplete, the contractor/subcontractor must notify the division and provide them with the work status update. ▪ The division shall supply irrigation parts requested by contractor/subcontractor which the contractor shall pickup at the division warehouse, if parts are unavailable, they shall notify division representative, so they can record the parts and work areas that will be affected by loss of irrigation. ▪ Division representative may authorize contractor /subcontractor to move to the next roadway. ▪ Contractor/subcontractor is responsible for returning damaged and replacement parts to division’s warehouse located at 4800 Davis Blvd, Naples, FL; Monday – Friday, from 8:00 a.m. – 3:30 p.m. ▪ Failure to return parts as required for Division warehouse accountability, may cause contractor/subcontractor to pay for the parts. 1.7.3.1. Minor repairs include may include: replacement of heads, decoders, nozzles, solenoids, installation or replacement of risers, repairs of lateral PVC pipe or funny pipe breaks, and clear any restricted sprinkler lines. 1.7.3.2. Clear obstructions from or around irrigation heads that prohibit them from being able to rise to their full extent (i.e., sod runners, plant material, grass). 1.7.3.3. Review system and repair any blown-off heads, broken lines, or leaks around heads or valves. 1.7.3.4. Clean and adjust sprinkler heads and nozzles to ensure that landscaped areas receive one hundred percent (100%) irrigation coverage and heads are not spraying onto roadways or walkways. Irrigation heads obstructed by the planting beds, it is the responsibility of the contractor to trim the plant material back to ensure that an 18” separation is always maintained. 1.7.3.5. If a longer nozzle is required, the contractor shall change nozzle using County supplied parts. 1.7.3.6. Replace defective and broken heads or nozzles, install or replace defective and/or broken risers, and repair minor breaks or restricted sprinkler lines. 1.7.3.7. Inspect, clean, and replace, if necessary, screen/filters within the sprinkler heads. 1.7.3.8. Minor repairs include replacement of heads, bubblers, nozzles, decoders, and solenoids; installation or replacement of risers; repair of minor/lateral PVC piping breaks or subsurface piping or restricted sprinkler lines, replacement of damaged valve boxes/lids, necessary for the proper and safe operation of the systems. 1.7.3.9. Flag problems and provide a written record to the Road Maintenance Irrigation Supervisor. Unit price includes flags, primer, and glue. 1.7.4. Contractor/Subcontractor Responsibility Contractor/subcontractor has the sole responsibility to notify Division Representative of irrigation problems or additional irrigation maintenance needs they discover during weekly checks. It’s their responsibility to ensure that the plant material is flourishing and does not suffer from insufficient irrigation. They must correct any minor irrigation issues. When discovering a major issue, the contractor must bring it to the Division Representative’s attention immediately. The contractor/subcontractor may suffer damages for failure to notify Division. 1.7.5. Irrigation Crew Size and Communication Device Contractor/subcontractor irrigation service crew shall consist of two (2) on-site personnel. Crew shall have field communication devices while performing services, so Division Representatives may contact them in the field. Additionally, a laptop or Smart device will be required for virtual connection to the irrigation system. 1.7.6. Irrigation Crew Scheduled Work Segment work shall be completed in one (1) visit; if necessary, a consecutive day may follow to complete the work. This is a requirement so entire segments are completed at the same time. 1.7.7. Irrigation General Maintenance Report Sheets (GMRS) ▪ Contractor/subcontractor must complete one (1) GMRS sheet per controller. ▪ GMRS sheets must be completed in its entirety identifying the controller that was inspected ▪ GMRS must be emailed to Division Landscape and Irrigation Supervisors no later than 6:30 a.m. the next day to complete final inspections. ▪ Contractor /subcontractor must be compliant as written above, so the division inspections are scheduled confirming work was completed. ▪ Failure to comply with these directives may result in invoice rejection for non-payment or non-performance deductions. 16.A.8.b Packet Pg. 223 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 2. Site Specific Maintenance Use current techniques and standards approved by the University of Florida, Institute of Food and Agriculture Services (UF/IFAS). 2.1. Must possess knowledge and experience in the hard wood canopy, palm pruning, fertilization, support systems, and other aspects of tree care with the ability to recognize, diagnose and report tree defects caused b y pest, tree and root structure, and diseases. 2.2. Must adhere to ANSI accredited Standards A300 policies and standards, current edition 2.3. Use ISA Best Management Practices 2.4. Seven main objectives for pruning services are: 1) reduce the risk of failure; 2) provide clearance; 3) reduce shade and win d resistance; 4) maintain health; 5) influence flower and fruit production; 6) improve views; and 7) improve aesthetics. 2.5. Tree and Palm Maintenance There are four (4) categories under tree and palm maintenance: 1. Basic Tree Pruning; 2. Structural Tree Pruning; 3. Palm Pruning; 4. Stump and Root Grinding. 2.5.1. Basic Tree Pruning In accordance with ISA Best Management Practices, this category is divided into four (4) primary pruning methods which include: a. Cleaning, b. Thinning, c. Raising, and d. Reducing. 2.5.1.1. Cleaning: the selective removal of dead, diseased, cracked, stubbed, hanging, and broken branches. This service can be performed on trees of any age but is most common on middle-aged and mature trees. This is the preferred method for mature trees because it does not remove live branches unnecessarily. The re moval location of branches requires review and approval with Division’s Landscape Supervisor. 2.5.1.2. Thinning: the selective removal of small live branches to reduce crown density. Proper thinning retains the crown shape and size and should provide an even distribution of foliage throughout the crown. ▪ Thinning includes removing dead or broken limbs 1-inch diameter or larger; if two limbs are crowning or touching each other, shorten or remove one of them; originate within 12-inches of each other on the trunk, shorten or remove one of them. ▪ Use directional pruning, so future growth is directed away from the roadway, sidewalk, building, street lights, or possible obstruction. ▪ Thinning increases the sunlight penetration and air movement throughout the crown and with increased light and air stimulate, it aids in maintaining interior foliage. ▪ No excessive branch removal on the lower 2/3 of a branch or stem (lion tailing). This may cause adverse effects on the tree and is not an acceptable practice. ▪ Thinning crown requires approval by Division Landscape Supervisor, and the percentage of foliage must be specified. The removal percentage is between 10 through 15 percent and should not exceed 25 percent of the foliage when using pruning to thin methods. 2.5.1.3. Raising: raise, elevate, or lift tree canopy by selective removal of branches to provide vertical clearance. ▪ Crown raising shortens or removes lower branches of a tree to provide clearance for buildings, signs, vehicles, pedestrians, and vistas. Live crown to clear trunk ratio should be no less than 50 percent when raising is completed. ▪ Structural pruning should be considered with raising according to ANSI standards. When raising, the desired clearance should be specified by Division Landscape Supervisor. ▪ Branches over paved areas should be shortened or removed to allow approximately 10-feet over sidewalks, 16-feet over travel lanes, or clearances specified by Division Landscape Supervisor. ▪ Over landscape areas and sidewalks, limbs should be shortened or removed to allow for pedestrian and utility use. ▪ Trees within planting beds, an 8-foot clearance are required or as directed by the Division Landscape Supervisor. ▪ Shortening of branching is the desired method of attaining adequate clearance. ▪ When pruning is completed, approximately 1/3 of the foliage should originate from branches on the lower 2/3 of each tree. 16.A.8.b Packet Pg. 224 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 2.5.1.4. Reducing: pruning to reduce is the selective removal of branches and stems to decrease the height and/or spread of a tree or shrub. ▪ This type of pruning is done to minimize the risk of failure, to reduce height or spread, for utility line clearance, to clear vegetation from buildings, or structures, or to improve the appearance of the plant. ▪ Portions of the crown, such as individual limbs, can be reduced to balance the canopy, provide clearance, or reduce the likelihood of breakage on limbs with defects. Occasionally, the entire crown is reduced. ▪ Reducing or thinning should be considered if cabling is performed. Crown reduction should be accomplished with reduction cuts, not heading cuts. 2.5.2. Structural Tree Pruning Structural tree pruning is the removal of live branches and stems to influence orientation, spacing, growth rate, the strength of attachment, and ultimate size of branches and stems. The removal percentage is between 25 – 50 percent depending on the tree type. Structural pruning includes basic tree pruning techniques listed below. Note: Refer to Best Management Practices “Tree Pruning” (Revised 2008) Companion Publication to ANSI A300 Part I: Tree, Shrub, and Other Woody Plant Maintenance- Standard Practices, Pruning: page 12 Figure 7. “Structural Pruning of a Small Tree” and Figure 8. “Structural Pruning to be done to ensure more sustainable growth patterns.” ▪ Used on young and medium-aged trees to help engineer a sustainable trunk and branch arrangement. Pruning large-maturing trees such as oaks reduce certain defects and spaces main branching along one dominant trunk. ▪ Reduce the number of trunks so that a tree has a dominant leader extending well up into the crown creating a strong crown and durable form. ▪ Subordination can reduce branches, so they remain smaller than about half the trunk diameter, which helps prevent structural failure later. The subordinate or co-dominant stems are removed with structural pruning. ▪ Insubordination primary objective is the removal of one side of a codominant leader (shortening using a drop- crotch cut). o Branches, trunks, or leaders not considered the main leader, 2-inch diameter or as determined by the Project Manager or designee should be subordinated or removed. o The main leader shall not be subordinated or removed. Codominant leaders are considered to be two or more branches, trunks, or leaders of approximately the same size, originating near one another. o If there is no stem considerably larger than others, then this would be appropriate to subordinate all but one of them. Division Landscape Supervisor approval required where there is an included bark as part of the condition, preference should be given to the removal of one side. 2.5.3. Palm Pruning Remove fronds, flowers, fruit, stems, or loose petioles that may create hazardous conditions. Palms may be pruned for aesthetic reasons to eliminate sprouts and stems or dead fronds and seed pods. ▪ Live healthy fronds should not be removed. If they must be removed avoid removing those that initiate above horizontal. Fronds removed should be severed close to the petiole base without damaging living trunk tissue. ▪ Only those fronds with petiole drooping below horizontal 9:00-3:00 position should be removed. Remove seed pods including those originating among remaining fronds. When removing fronds and seedpods, care should be taken, so those fronds that are to remain are not nicked or wounded. ▪ Climbing spikes shall not be used to climb palms for pruning. 2.5.4. Stump and Root Grinding The contractor must have technical knowledge, ability, and experience in grinding of stumps and roots to remove the root system and stump. 2.5.5. Root Management Must possess a thorough knowledge and experience in root management, to include but not limited to air spade, structural pruning, diagnosis, and root management program. 2.5.6. Palm Management Contractor shall have the knowledge and ability to treat palm diseases through drenches, foliar sprays, injection methods, and provide a fertilization program for palms. 16.A.8.b Packet Pg. 225 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 2.5.7. Tree Relocation Periodically, the County must relocate palms and trees within Collier County limits. Contractor must have the knowledge and ability to root prune the tree(s) before relocation. In most cases, Maintenance of Traffic (MOT) will be required in order to perform this work safely. Most in-depth information will be provided at the time that services are needed. 2.6. Fertilization Follow UF/IFAS guidelines for turfgrass fertilization. Contractor/subcontractor must have valid licenses issued by Florida Department of Agriculture and Consumer Services for Limited Urban Commercial Fertilizer Applicator Certification (FDACS LUFAC). ▪ Provide fertilization services four (4) times a year in March, June, September, and December. Only twice (2) a year if using six (6) month application rate. ▪ Contractor shall ensure that fertilization scheduling does not exceed the fertilizer label rate prescribe d and complies with state and local ordinances. It is important to note that local fertilizer regulations may prohibit the use of nitrogen fertilizers during the summer months. ▪ Division Representative may request additional fertilizer applications at any time. ▪ Applied at a rate of 1.5 lbs. per 100 square feet. ▪ Broadcasted throughout the median planting beds and turf areas. ▪ All tree pit areas should be fertilized evenly. ▪ No fertilizer rings around trees under any circumstances. If a ring is formed, contractor/subcontractor is required to return to the site and spread the fertilizer correcting the situation at their expense. This may include contractor/subcontractor purchasing additional fertilizer because applied fertilizer may not be able to spread. ▪ Fertilizer purchased by Collier County is procured under a County agreement. Staff will coordinate with the contractor to issue fertilizer. ▪ Immediately remove fertilizers from curbs and sidewalk areas to avoid staining. 2.6.1. Fertilization Applications Contractor/subcontractor shall use deflector shields on all application equipment to minimize the inadvertent application of fertilizer on non-plant areas. Contractor shall blow, sweep, or wash back into the landscape any fertilizer deposited on paved or impervious surfaces. ▪ Use “Ring of Responsibility” around or along the shoreline of canals, lakes, or waterways. ▪ Ensure fertilizers and other lawn chemicals do not come into direct contact with the water. ▪ Apply fertilizer only when plants are actively growing. ▪ Clean up spilled fertilizer materials immediately as per University of Florida IFAS recommendations. ▪ Store nitrate-based fertilizers separately from solvents, fuels, and pesticides, because nitrate fertilizers are oxidants and can accelerate a fire. ▪ After fertilizing (other than when watering restrictions apply), irrigate with at least a ¼-inch of water following fertilization to avoid the loss of nitrogen and increase uptake efficiency. If water restrictions apply, the contractor may irrigate as permitted but no more than ½-inch following fertilization. ▪ Do not exceed the annual nitrogen recommendations in the Fertilizer Guidelines for Established Turfgrass Lawns in Three Regions of Florida as provided on the label. 2.6.2. Bed, Tree, Shrub, Palm, Flower, Groundcover Fertilization If landscape plants show nutrient deficient symptoms, the Division Landscape Supervisor shall be notified within 48 hours for appropriate action and approval to treat the materials to maintain plant health. ▪ Broadcast fertilizer uniformly over all the landscaped areas, and consider root location, fertilization objectives, and plant species when applying fertilizer. ▪ In areas where tree or shrub fertilization zones overlap with lawn fertilization zones, contractor shall fertilize one or the other of the plant types, but not both. 2.6.3. Palm Fertilization Palms have different nutritional requirements from other landscape plants. They suffer quickly and conspicuously from inadequate mineral nutrition, whether due to insufficient or incorrect fertilization. Division’s Landscape Supervisor will provide the fertilization schedule. Note: Fertilize palms with a granular slow-release fertilizer three to four times per year. An acceptable formulation is 8-0-12-4 (N, P, K, Mg plus micro-elements). 16.A.8.b Packet Pg. 226 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 2.6.4. Turf Fertilization Notify Division Landscape Supervisor of any plant or turfgrass nutrient deficiency symptoms and provide the recommended measures for correction. ▪ Treat deficiencies of specific nutrients with applications of the lacking nutrient in accordance with University of Florida IFAS recommendations until deficiencies are corrected, or as directed from Division Landscape Supervisor. Must have prior approval. ▪ The number of applications of fertilizer depends on the type of plant material. Apply the minimal amount of fertilizer needed, or as directed from Division Landscape Supervisor. ▪ Adjust fertilizer rates according to health, maturity, and desired growth patterns. 2.6.5. Fertilization for Establishment During the establishment phase for shrubs, trees, and ground covers, fertilize landscape plants with a slow-release fertilizer as per University of Florida IFAS recommendations. Shrubs and groundcovers shall have the fertilizer blown or fan raked off following the broadcast application. Immediately after the fertilizer is applied, the areas shall be watered. 2.7. Pest Control It is required that the contractor/subcontractor performing services have the following licenses and certifications: State of Florida Pesticide License, State of Florida Certified Pest Control Operator and Collier County Pest Control License. Pest Control Firm shall make on-site inspections and provide written reports to the Divisio n Landscape Supervisor monthly. 2.7.1. Contractor shall provide an overall written pest and spray program that shall incorporate ant control and shall meet or exceed the following minimum standards: ▪ Describe procedures, methods, and techniques that will enhance the environment. ▪ Provide the maximum protection for the health, safety, and welfare of the public and environment. ▪ Provide MSDS Sheets for chemicals upon request. ▪ Provide signage where applicable. 2.7.2. Contractor shall make on-site inspections and provide written reports to Division’s Landscape Supervisor. 2.7.3. Methods of Application One hundred percent (100%) coverage and penetration shall be provided. Insecticides and Fungicides shall be applied at the proper pressure to provide maximum coverage. ▪ Insecticides should be alternated from time to time to prevent an insect resistance to the application. ▪ Herbicides used in turf areas shall be applied at the proper pressure. ▪ Turf herbicides shall not be applied when the daily temperature exceeds 85 degrees. ▪ Spreader sticker (Nu-Film 17 or equal) shall be incorporated in all spraying of groundcovers, shrubs, trees, palms, and turf areas when recommended by the label. ▪ Spray applications shall be applied during times of "No-Wind" conditions. ▪ No trucks or tractors with bar type tires or a gross weight greater than 3,000 pounds will be allowed within or on the median areas. ▪ At the time of application, provide and place, traffic control meeting Florida Department of Transportation, M.U.T.C.D and Indexes and the County MOT. ▪ All spray applications shall contain a wetting agent within th e mix when recommended by the label or the Division Landscape Supervisor. ▪ The pH of water used in the mix must be adjusted to meet pesticides manufacture recommendation, and water pH and method must be documented and provided to the Division Landscape Supervisor. 2.7.4. Rate of Application All chemicals shall be applied at the rates recommended on the manufacturer’s labels. 2.7.5. Materials List All insecticides, fungicides and herbicides chemicals to be used on turf areas and on plant materials shall be submitted in writing to Division Landscape Supervisor for review and approval. All chemicals used shall be approved for use by the Environmental Protection Agency for its intended use and area of use. 2.7.6. Application Schedule Division’s Landscape Supervisor shall provide approval before applications occur. Contractor /subcontractor that 16.A.8.b Packet Pg. 227 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) apply chemicals without schedules and prior approval may have invoices rejected by the Division and services not paid. 2.7.7. Turf Areas: Insecticides & Fungicides - Applications on an as needed basis; Herbicides - Application on an as needed basis, Post-emergent in November, January and March or on an as-needed basis with approval. 2.7.8. Groundcovers, Shrubs, and Trees: Insecticides & Fungicides - Applications on an as needed basis with approval 2.7.9. Bed Areas: Herbicides – Applications on an as needed basis, Pre-emergent in February and September; Post- emergent in November, January and March or on an as-needed basis, prior approval by the Division’s Landscape Supervisor. 2.7.10. Ornamental & Turf Spraying Overall Ornamental & Turf Spraying of plants, shrubs, and grassed areas within areas included in the contract. ▪ Applications on shrubs and groundcovers shall have the fertilizer blown or fan raked off following the broadcast application. Immediately after the fertilizer is applied, the areas shall be watered. ▪ Applications shall be made to turf the day following irrigation or a rain event when grass blades are dry. In areas where applicable, immediately after the fertilizer is applied, the sprinklers shall be activated to provide ¼-inch of water to the soil's surface and to dissolve water-soluble particles. ▪ In areas where applicable, immediately after the fertilizer is applied, the sprinklers shall be activated for 30 minutes to bring organic fertilizers to the soil's surface and to dissolve water -soluble particles. ▪ After watering, controls shall be returned to automatic mode. ▪ Remove fertilizers from curbs and sidewalks to avoid staining. 2.8. Pests Management Contractor shall use pesticide applications in accordance with the rules and regulations governing the use of pesticides in Florida and Florida Statutes. 2.8.1. Contractor Responsibilities ▪ Use Integrated Pest Management (I.P.M.) principles and methods. ▪ Use a pest-control strategy only when the pest is causing damage or is expected to cause additional damage than can be reasonably and economically tolerated. ▪ Implement a control strategy that reduces the pest numbers to an acceptable level while minimizing harm to non - targeted organisms. ▪ Post appropriate application signs with each treatment. ▪ Keep records of pest problems identified and control treatment applied. ▪ Record in the records whether the “corrective actions” actually reduced or prevented pest populations, was economical and minimized risks. ▪ Provide a copy of the records to Division. ▪ Refer to past corrective actions when making similar decisions in the future. ▪ Dispose of used containers in compliance with label directions to prevent water contamination. ▪ Follow current University of Florida IFAS pest management recommendations as per IFAS Publication ENY- ENY-298, Landscape Integrated Pest Management, at http://edis.ifas.ufl.edu/in109. 2.8.2. Pest and Spray Program Pest Control Firm shall provide an overall written pest and spray program that shall incorporate ant and rodent control and shall meet or exceed the following minimum standards: ▪ Describe procedures, methods, and techniques that will enhance the environment. ▪ Provide the maximum protection for the health, safety, and welfare of the public and environment. ▪ List of all chemicals. ▪ List application methods. 2.8.3. Documentation ▪ Records must be kept of all pesticide applications. ▪ Documentation shall include but not limited to: date and time of application, weather conditions a t the time of application, chemicals applied and the name of the applicator. ▪ Pesticide record shall be submitted as backup with the monthly invoice for payment. ▪ Failure to submit pesticide documentation may deem invoice rejection and non-payment for applications. 16.A.8.b Packet Pg. 228 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 2.8.4. Turf Areas Insecticides & Fungicides - Applications on an as-needed basis, with prior approval by the Division Landscape Supervisor. Once approved and sprayed, contractor/subcontractor must submit documentation that states: 1. Date and time of application, 2. Weather conditions at the time of application, 3. Chemical applied, quantity, 4. Applicator name. ▪ Herbicides – Applications on an as needed basis with prior approval by the Division Landscape Supervisor, to include: □ Pre-emergent are to be applied in February and September □ Post-emergent are to be applied in November, January, and March. ▪ Insecticides & Fungicides - Applications on an as-needed basis, with pre-approval by the Division’s Landscape Supervisor. ▪ Groundcover Bed Areas: For example, Lantana, Asiatic jasmine, any perennial or ground cover bed areas that are more prone to being infested by weeds. 2.8.5. Weed management Contractor shall use IPM methods to reduce weeds in turf area. If significant and continuing weed problems occur, Contractor shall notify Division Landscape Supervisor and request authorization for the use of a pre -emergence herbicide. After Division Landscape Supervisor authorizes the use of the herbicide, the contractor shall apply the herbicide per label instructions and in accordance with local and state ordinances. ▪ Optimal insect pest control is most likely achieved in landscapes following IFAS recommended cultural practices to promote healthy plants and conserve natural biological control organisms. ▪ Contractor shall use IPM practices to manage insects in the landscape, which include: □ Proper insect identification. □ Active monitoring of insect activity and abundance. □ Utilizing mechanical and cultural practices first, when available. □ Preserving natural, biological control organisms. □ Spot-treating insect pest-infested areas when possible, rather than cover spraying the landscape. ▪ When possible, the contractor shall use selective, reduced-risk insecticides rather than broad-spectrum, non- selective products. This conserves natural predators and parasitoids in the landscape that are attacking other plant pests. ▪ Contractor shall treat fire-ant mounds individually as they occur with bait formulas. Place fresh bait surrounding the mound without disturbing the mound itself ▪ Contractor must broadcast baiting at the beginning of spring and broadcast treatment in recreation and common areas only as needed. ▪ As needed, the contractor shall treat sap-feeding pests like southern chinch bug, mealybugs, and scale insects using systemic or translaminar products that get into plant material to be ingested by the insect. ▪ Contractor shall utilize up-to-date UF/IFAS management recommendations for specific landscape insect pests. 2.8.6. Plant Disease Correct cultural practices are the key to control of plant diseases, especially proper irrigation. Root rots and foliar leaf spots in turfgrass and plant beds often occur when excessive moisture is present for extended periods. Contractor / subcontractor shall notify Division Landscape Supervisor of any outbreaks that occur and may recommend reducing the frequency of irrigation. If the disease is significant and persistent, contractor /subcontractor may apply a fungicide that is approved by Division Landscape Supervisor. 2.8.7. Growth Regulator Trimtect® or Equivalent to be used for Shrubs, Groundcovers, and Bedding Plants . Follow manufacturer’s recommendations for application and amount of water needed. 2.8.7.1. Application Timing: ▪ Natural Appearance: Apply when shrubs reach desired appearance. Slow growth will start two weeks later. ▪ Manicured Look: Prune back shrub, allow re-growth to tip back, then apply the growth regulator. ▪ Sheared Look: Dormant Shrub Trimming: Apply Growth Regulator just after bud break and leaf expansion. Growing Season Shearing: Shear shrub to a formal look. Apply Growth Regulator within one week after trimming. 16.A.8.b Packet Pg. 229 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 2.8.7.2. Foliar Application: ▪ Apply to dry foliage, just after bud break and leaf expansion during the growing season. ▪ Before applying Growth Regulator, remove any dead leaves, trash, and any other debris that could prohibit spray. ▪ Apply within 1-2 weeks after pruning for best results. ▪ Apply as a spray-to-drip application, ensuring the foliage, canopy, and all woody stems are thoroughly covered. ▪ Completely spray the entire plant. ▪ Avoid application if rain is imminent. ▪ Spray to drip on leaves, green twigs, and shoots. 2.9. Chemical Records Documentation Records of all applications shall be kept according to state or federal regulations. According to the Department of Environmental Protection, the Records may include, but are not limited to, the following information: ▪ Application date and time ▪ Applicator’s name ▪ Personnel that is directing or authorizing the application ▪ Application weather conditions at the time of application ▪ Target Pest ▪ Chemical used (trade name, active ingredient, amount of formulation, amount of water) ▪ Adjuvant/surfactant and amount applied if used ▪ Area treated (acres or square feet) and location ▪ Quantity of pesticide used ▪ Application equipment ▪ Any Additional remarks, such as the severity of the infestation or life stage of the pest ▪ Follow-up date to check the effectiveness of the application. 3. ALTERNATIVE SERVICES The items listed in this section are for services and commodities that are “as needed” by the Division. The Division may request them throughout the contract term. If these items are requested, the Division will request quotes from the contractor; if the contractor is unable to provide the commodities or services, and informs the Division, the Division shall request quotes off contract following the Procurement Ordinance for informal competition (purchases $3,000 but not greater than $50,000). 3.1. Mulch The division may request contractor to supply mulch with labor to install or labor only to install County supplied mulch. The division reserves the right to utilize other contracts for these services. Forestry Resources is the supplier for this organic Premium Grade A mulch, that is color enhanced brown with slight red hue, and named “Collier County Brown or Old Florida Blend Mulch.” ▪ The formula is: 40 Rojo, 7 lb., containing an ionized colorant to resist bleeding and staining, color enhanced that is fade resistant, and has a non-toxic biodegradable coating. ▪ It is derived from 100% Pine commercial logging or harvesting from recycled materials such as land clearing. ▪ It must contain only natural wood fibers, contaminate free, and cured to eliminate seed germination of invasive plants or weeds. ▪ Shredded to a size no larger than three and 3-1/2-inches, and not too thin that it degrades rapidly. ▪ Mulch pieces exceeding 3-1/2-inches must be removed. ▪ Organic mulch in areas where there is no mulch or new plantings requires 4-inches of non-compacted or unsettled depth that is measured from the existing soil grade. Before mulch placement, remove all weeds and rake level to establish the correct finished grade. ▪ Non-organic mulch such as washed shell or gravel shall have a 3-inches non-compacted depth. ▪ Re-mulch or top dress non-organic mulch areas to ensure a 3-inches depth is maintained. ▪ Re-mulching of plant beds and individual plant s shall have 2-inches of non-compacted layer applied once a year during March or April and November or December. ▪ Leave 2-inches of space from plant bases. ▪ Leave 12-inches to 18-inches of space from tree or palm trunks. ▪ Apply new mulch in a level profile consistent with pre-existing grades, so that the final depth of both existing and new layers have a minimum of 2-inches and not to exceed 3-inches. ▪ Do not apply mulch against trunks, plant bases, on plants, or plant stems; taper mulch down to the soil at these locations. 16.A.8.b Packet Pg. 230 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) ▪ Locations where the existing mulch bed is in contact with paved surfaces (i.e., sidewalks, roadway edges, or curbing and driveways), the contractor shall lightly trench the mulch-hard surface bed line to better contain the existing and applied mulch. ▪ Rake or sweep mulch off hardscape areas, turf, and plant beds. ▪ Rake smooth mounded areas so that depth does not exceed 3-inches. ▪ Maintain mulch areas 1-foot from the back edge of curbs. ▪ Maintain mulch in median planting beds as pathways for maintenance workers. This will aid in keeping plant material from encroaching into roadways. ▪ Do not place mulch on or over valves or valve boxes. ▪ Improperly installed must be corrected immediately, at no additional charge to the County. ▪ Mulching services to be completed within the established time parameters. 3.2. Pressure Cleaning Pressure cleaning services may be requested for hardscape areas such as bricks, curbing, pavers, sidewalks, and paved areas to remove tire marks and other deposited dirt. The division Supervisor will authorize the work to start. If the contractor encounters hardscape damages while providing services, they shall immediately notify the division’s Supervisor. The unit price for this service is lump sum and it is inclusive of all costs to complete the work. ▪ Sealing of paving areas may be at the direction of the Division’s Supervisor on a time and material basis. ▪ Pressure cleaning equipment must have adequate power to remove pavement markings without destabilizing the pavers. Contractor may be required to re-sand paver joints if destabilized. ▪ Upon finding damage to the brick curbing or paving, immediate notification t o the Division’s Supervisor is required. Following the notification, and with approval from the Division’s Supervisor, the contractor shall clean -up debris if present, and flag off the areas with protective barriers and high visibility hazard tape. An hourly labor rate shall apply all-inclusive of equipment, materials, and disposal fees. ▪ It is at the Division Landscape Supervisor’s discretion to utilize the contractor, use in -house labor, or quote work for the removal, replacement, and repairing of brick curbing and pavers. 3.3. Emergency Response Labor Hours The contractor must be available to respond as follows for emergency call outs that occur Monday through Friday after 5:00 p.m. and be available 24 hours during weekends and holidays. ▪ At the Contract Kick-Off meeting, the contractor shall designate two (2) employees that will represent the company for emergency calls requested by the division representative. They shall provide names and contact information. ▪ In the event of an emergency, the division representative shall contact the contractor’s designated emergency contact personnel by phone. If the contractor’s employees were unable to immediately take the call, they must contact the division representative within one (1) hour of the division representative’s call. ▪ Following the conversation with the division representative, the contractor’s employee shall respond onsite at the emergency location within two (2) hours. ▪ Upon arrival at the emergency response location, the contractor shall remo ve unsafe conditions, which would adversely affect the health, safety or welfare of the public. If the contractor is unable to do so, they must immediately notify the division representative. ▪ Failure to respond as stated above may result in a $100 penalty per incident; penalty enforcement is at the division’s discretion. 3.4. Landscape Personnel Labor Hours Line items shall be used for miscellaneous landscaping as directed by the Landscape Division. 3.5. Irrigation Personnel Labor Hours & Irrigation Equipment These line items shall be used for major repairs as outline below or other irrigation work as directed by the Division’s Irrigation Supervisor. ▪ Major irrigation repairs may include, but not limited to Valve cleaning and repairs, controllers, electrical wiring , and main lines. ▪ Major repairs are more extensive work, and they are not included in weekly irrigation services. ▪ Major repairs line items include Irrigation Supervisor hourly rate, Irrigation Technician hourly rate, and Irrigation Equipment usage rate. ▪ Irrigation Equipment hourly usage rate shall only be invoiced when the equipment is being used during work. 16.A.8.b Packet Pg. 231 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 3.6. Tree and Palm Maintenance Services Work may require re-planting, re-standing, and stake for fallen or leaning plant material, trees, and palms. Unit price includes materials to complete the work, equipment, machinery, cranes, fuel, labor, equipment operators, Maintenance of Traffic (MOT) and its equipment (i.e. arrow board, cones, etc..), water wagon or truck, and white spray paint to mark and identify irrigation lines that are visibly broken. If County's irrigation system is not functioning while performing services, the contractor/subcontractor is responsible to water the trees or palms that are being replanted and staked to eliminate air pockets and to allow the soil to settle. Contractor shall provide the water and watering equipment to perform the service. 3.6.1. Root Pruning, Replanting, and Staking of Palms and Trees Includes cutting and removing circling roots or defective roots, and it also removes root defects near the trunk base. Following pruning replant or re-stand the palm or tree and install staking and guy materials. Refer to IFAS Storm Publication, by Dr. Ed Gilman; American National Standards Institute. 2001. American National Standard for tree care operations—Tree, Shrub, and Other Woody Plant Maintenance—Standards practices (Pruning). ANSI A300 (part 1). New York: American National Standards Institute. 3.6.2. Removal (Trees & Palms) Removal of trees or palms that no longer have viable life, pose risks in the public right-of-way, damaged trees that cannot be pruned, trees that are unable to grow and develop a safe viable crown with restoration pruning, or crown reduction that may cause property damage or personal injury. The unit costs include labor, equipment, machinery, rootball and stump removal, soil replacement, loading and hauling debris to a disposal site, and disposal fees. 3.6.3. Stump Tip Over’s Tree and palm stump tip over work consists of removing rootball and stumps that were damaged by accidents, weather events, disease, or damage. Cost inclusive of labor, equipment, machinery, removal of rootball and stump, loading and hauling debris to a disposal site, and disposal fees. 3.6.4. Soil Replacements Cost inclusive of providing soil, equipment, materials, and labor to deliver and install. 3.6.5. Debris Removal Cost includes labor, equipment, materials, debris loading and hauling to a disposal site, and disposal fees. 3.7. Equipment with Operator Rates Contractor’s hourly unit price shall be all inclusive of equipment, equipment operator, fuel, labor, supplies, from portal to portal. The equipment hourly usage rates shall only be invoiced when the equipment is being used. 3.8. Traffic Accident Cleanup Work consists of hourly labor for removal of damaged plant materials, accident debris, equipment to cleanup site from traffic accident, hauling disposed debris and materials to a disposal site, blowing mulch from roadway and hardsc apes surfaces, re-installing non-damaged plant materials that have a viable life, and arranging the other disturbed materials to the correct landscape design. 3.9. Materials Markup Percentage Materials markup percentage for non-bid line items is 10%. Reimbursement of non-bid line items requires the contractor to submit the receipts showing the cost of goods to verify markup percentages. Failure to provide backup receipts showing costs of goods will result in invoice rejection. 4. GENERAL INFORMATION 4.1. Work Area Conditions Contractor agrees and accepts awarded work areas are in an “as is” condition. It is their sole responsibility to complete a site visit and inspection the area before submitting bids. 4.2. Contractor’s Work Schedule Work schedules sent to the Landscape Division, shall be scheduled in a manor, to complete the work in one (1) visit. Do not move to the next roadway until the segment is completed, or unless directed the Landscape Division. ▪ Contractor shall provide work schedules before starting work; THIS IS A MANDATORY REQUIREMENT. ▪ Services for this contract require inspections, so schedules are mandatory. 16.A.8.b Packet Pg. 232 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) ▪ Failure to provide work schedule(s) may result in services not paid. ▪ Work schedules must be sent in advance, before work starts, via email to the Division’s Landscape & Irrigation Supervisors the week prior, if this is not feasible, the deadline for submission is Monday by 6:30 a.m. before services commence. Work schedules are Monday through Friday when County offi ces are open, unless approved by the Division. ▪ Schedules must list crew member names, service dates, times, and locations. ▪ Irrigation services are weekly; dependent upon conditions site conditions, the schedule may be decreased or increased at the division’s discretion. ▪ If the contractor changes the work schedule from what was originally submitted, they shall immediately notify the Landscape Division. This is a mandatory requirement for contract compliance. ▪ The Division reserves the right to change schedules as needed for seasonal, weather, work conditions, budgetary, or if it is in the best interest of the County. 4.3. Crew Sizes The minimum crew sizes for services are listed below. ▪ Routine Landscape Maintenance: one (1) crew consisting of six (6) employees. ▪ Chemical applications: at minimum, two (2) employee crew. ▪ Irrigation: at minimum, two (2) on-site employees. o Crew shall have field communication devices while performing services, so Division Representatives may contact them in the field. o Crew shall be equipped with a laptop or Smart device for virtual connect to the irrigation sys tem. 4.4. Contractor’s Employees Employees shall be fully trained, licensed and certified, insured, and be able to effectively communicate with County staff, and capable of safely operating equipment and vehicles. 4.5. Safety Contractor shall use caution while working in County Right-of-Way and roadways. Contractor/subcontractor shall use extra caution when spraying chemicals to avoid harm to others and avoid damage to non -targeted plant materials. Chemicals spills shall be reported by contractor/subcontractor employees to the Division and Florida Department of Environmental Protection (FEDP) if required. Any damages that require repairs or replacement shall be the contractor/subcontractor responsibility at no cost to the County. 4.6. Maintenance of Traffic (MOT) Contractor is responsible in maintaining MOT Intermediate Level Certification to perform services in the ROW and medians. Contractor shall have MOT devices for adequate traffic control, and depending on the roadway, it may include: signage, arrow boards, message boards, warning devices, barriers, and flagmen. ▪ MOT is required for the safety and protection of Contractor’s employees and motorists during the performance of services in the ROW and medians. ▪ Contractor’s sole responsibility for safety in the work zone. ▪ MOT shall conform to the latest edition of the FDOT, Design Standards, 600 series, and The Manual on Uniform Traffic Control Devices (MUTCD) ▪ Contractor or sub-contractor will be required to have current FDOT approved MOT Intermediate Level Certification for FDOT, Design Standards, 600 series for work in ROW medians and roadways. ▪ Contractor’s employee responsible for the setup and maintenance of the traffic control plan shall possess FDOT approved certification in their name, and they must be readily available within twenty (20) minutes of the initial contact for work zone safety issues. 4.7. Lane Closure No lane closures are permitted between the hours of 7:00 AM through 9:00 AM and 3:30 PM through 6:30 PM on weekdays. Lane closures require Maintenance of Traffic (MOT) with the proper placement of lane closed signs, pre-warning signs, arrow boards, traffic cones, etc. It is mandatory that your company notifies Growth Management Department, Customer Service Specialist or designee, on Wednesday before lane closure(s) so it can be announced in Collier County’s public Road Alert Notification. 4.8. Damages Contractor negligence in the performance of services causing damages shall be repaired or replaced at the Contractor’s expense within seventy-two (72) hours. Some examples of negligence resulting in damages are dying plants, shrubs, trees, grass or foliage because of contract performance neglect by the contractor, contractor's employees, or subcontractors. Failure of the contractor to provide ramps or other devices to gain access over the curbs into medians causing curb or turf 16.A.8.b Packet Pg. 233 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) areas damages requires replacement at the contractor’s expense. 4.9. Accident Reporting Contractor shall be responsible each week to contact the County personnel to report any accidents or thefts involving or occurring within the areas covered by this Contract. Should accidents or thefts occur, the contractor shall photograph the damage or loss and provide that photo the division Supervisor, at no additional cost. If assistance is requested by law enforcement, emergency personnel or others, the costs are included in the unit price. 4.10. Key Personnel Contractor/subcontractor shall provide the division with key personnel, and an assign a Project Manager, Supervisor, and Crew Leader. ▪ Contact information must be provided to division at the contract kick-off meeting. It must include emails, business, and cell phone numbers. ▪ Contact employees must be English speaking and effectively communicate with Division staff. ▪ Work issued to the Project Manager and Supervisor/Crew Leader must have their full attention ensuring the schedule progresses daily, work remains constant, and they bid specifications. ▪ For key personnel absence, contractor/subcontractor shall immediately notify Division with substitution personnel providing their names and contact information via email. ▪ Division reserves the right to remove key personnel from a contract that fails to communicate and ensure services are performing per contract specifications effectively. 4.11. Meetings Either party may request meetings throughout the contract term, and it may require mandatory attendance. There are no additional costs to the County for these meetings. 4.12. Work Delays/Time Extensions Inclement weather, Acts of Force Majeure, or unforeseen circumstances at no fault of the contractor/subcontractor causing work delays. An example of an inexcusable delay is the contractor having insufficient equipment to complete services. The contractor/subcontractor shall immediately notify the division supervisor of any work delays, and within twenty-four (24) hours, follow-up in an email explaining the delay. The division supervisor will review the request to determine if the delay is at no fault of the contractor/subcontractor. 4.13. General Maintenance Report Sheets (GMRS) GMRS shall be completed on a weekly basis, signed by contractor and submitted via email to the Division’s Landscape Supervisor the next day following completion of services. 4.14. Inspections Contractor shall email work schedules to the division Supervisors before work begins for inspections. ▪ Any work deficiencies noted during an inspection shall be corrected before final acceptance at the Contractor’s expense. Deficiencies will be corrected within 48 hours after receipt of notification. ▪ Contractor’s Supervisor or Project Manager is required to conduct on -site inspections with division’s Supervisor, weekly or monthly, to verify services are being performed satisfactorily per the contract specifications. 4.15. Utilities Contractor shall be responsible in exercising pre-cautions while working near utilities. ▪ Before digging, contractors are required to call Sunshine 811 at 811 or 800 -432-4770, Monday – Friday from 7:00 a.m. – 5:00 p.m. ▪ Sunshine 811 requires two (2) full business days’ notice. Any damage to utilities is the Contractor’s sole responsibility, and at no cost to the County. 4.16. Non-Performance Penalties The County reserves the right to assess non-performance penalties for goods not delivered; services not performed; work deficiencies not corrected; Monthly task schedule service line items that were omitted and not performed; services not performed in accordance with the specifications and contract documents; or services not completed within the timelines. The County will not pay for service line items that were omitted, incomplete, or work deficiencies that were not corrected. 16.A.8.b Packet Pg. 234 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Non-Performance Penalty Line Items Penalty Amount Median Mowing, Edging & Street Cleaning $200 per day, per area Side ROW Mowing, Edging, & Street Cleaning $200 per day, per area Weeding $200 per day, per area General Site Trimming $150 per day, per area Trash Removal $150 per day, per area All other service line items not listed $150 per day, per area Note: Service task line items where the contractor failed to perform or complete the work, the County may choose one of the following options, and the contractor may be liable to pay the associated costs. The County reserves the right to select an option below that meets the needs of the County to complete the work, or they may choose another method. (a) Utilize County staff to complete the service line item(s). The contractor may liable to reimburse the County the actual costs for labor, materials, fuel, and equipment. (b) Staff to solicit a Request for Quote following the County’s Purchasing Ordinance. The contractor may be liable to reimburse the County at the quoted price following the completion of services by the quoted contractor. (c) Request services utilizing another County landscape maintenance agreement. The contractor may be liable to reimburse the County at those contracted rates. 4.17. Compensation Invoices submission for payment approval must be accurate and complete with details of services performed or commodities purchased. □ Payment shall be approved for schedule line items or work completed that is satisfactory by the division Supervisors. □ Non-bid line item purchases shall have markup percentage applied with receipts provided for costs verification. □ Invoices will be rejected for inaccurate information. □ Invoice must include, at a minimum: Division Name, Contract Number, Purchase Order Number, Work Order Number (if applicable), Details of Services Performed or Commodities Purchased, and if there are Non -Bid Line Items, the contractor’s cost for each item plus the percentage markup. VENDOR CHECKLIST *Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.A.8.b Packet Pg. 235 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) EXHIBIT A SITE SPECIFICATIONS Immokalee Road from Collier Boulevard to Wilson Boulevard Work Area 18B / Approximately 5.0 miles This work area is currently under construction for landscape and irrigation installations. The estimated final completion is in December 2019. Work areas shall be accepted “As Is.” It is highly recommended that Contractors visit the site before bidding for a full assessment. □ Improved median numbers 44 through 64 □ North and South right-of-way areas (Alternative Service). Median # Plant Beds Square Feet Sod Square Feet Pavers Square Feet 44 0 0 610 45 6,141 0 2,039 45A 0 0 572 46 22,836 0 808 47 13,019 0 0 48 0 0 820 49 11,005 0 0 50 0 0 753 51 7,092 7,323 0 52 17,868 0 0 53 18,044 0 0 54 14,785 0 55 13,623 0 0 56 8,968 4,943 0 57 12,746 0 0 58 8,655 0 0 59 26,421 0 0 60 8,668 5,358 0 61 11,980 7,151 387 62 7,930 0 333 63 21,697 12,860 0 64 40,348 0 0 TOTALS 271,826 37,635 6,322 MEDIAN #44 Quantities Scientific Name Common Name Details N/A N/A Pavers 10 Sabal palmetto Sabal Palm 16.A.8.b Packet Pg. 236 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) MEDIAN #45 Quantities Scientific Name Common Name Details 5 Caesalpinia granadillo Bridal Veil 234 Arachis pintoi ‘Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 410 Mimosa strigillosa Sensitive Plant Groundcover - purple flowers MEDIAN #45A N/A N/A Pavers MEDIAN #46 11 Caesalpinia granadillo Bridal Veil 57 Sabal palmetto Sabal Palm 627 Arachis pintoi ‘Golden Glory' Golden Glory Perennial Peanut 247 Mimosa strigillosa Sensitive Plant 414 Mulnebergia capillaris Muhly Grass 384 Pennisetum setaceum 'Alba' White Fountain Grass MEDIAN #47 8 Chlorisia speciosa Floss Silk Tree 14 Quercus virginiana Live Oak 6' CT min. at planting 82 Arachis pintoi ‘Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 182 Liriope muscari 'Emerald Goddess' Liriope 74 Zamia floridana Coontie MEDIAN #48 N/A N/A Pavers MEDIAN #49 2 Quercus virginiana Live Oak 6' CT min. at planting 28 Sabal palmetto Sabal Palm 47 Arachis pintoi ‘Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 79 Mimosa strigillosa Sensitive Plant Groundcover - purple flowers 357 Mulnebergia capillaris Muhly Grass 103 Spartina bakerii 'Blue Green' Cord Grass 32 Strelitzia reginae Orange Bird of Paradise 89 Zamia floridana Coontie MEDIAN #50 N/A N/A Pavers MEDIAN #51 11 Quercus virginiana Live Oak 159 Arachis pintoi ‘Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 938 Bulbine frutescens Bulbine 15 Strelitzia reginae Orange Bird of Paradise 69 Zamia floridana Coontie MEDIAN #52 3 Bursea simarubra Gumbo Limbo 53 Sabal palmetto Sabal Palm 215 Arachis pintoi ‘Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 173 Bulbine frutescens Bulbine 435 Ernodia littoralis Golden Creeper 16.A.8.b Packet Pg. 237 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) MEDIAN #52 Quantities Scientific Name Common Name Details 173 Mimosa strigillosa Sensitive Plant Groundcover - purple flowers 402 Mulnebergia capillaris Muhly Grass N/A N/A Pavers 51 Serenoa repens 'Cinerea' Silver Saw Palmetto 15 Strelitzia reginae Orange Bird of Paradise MEDIAN #53 3 Quercus virginiana Live Oak 6' CT min. at planting 44 Sabal palmetto Sabal Palm 246 Arachis pintoi ‘Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 1459 Mimosa strigillosa Sensitive Plant Groundcover - purple flowers 499 Mulnebergia capillaris Muhly Grass 265 Tripsacum floridana Dwarf Fakahatchee Grass MEDIAN #54 24 Pinus elliottii 'Densa' South Florida Slash Pine 4 Quercus virginiana Live Oak 6' CT min. at planting 174 Arachis pintoi ‘Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 1087 Liriope muscari 'Emerald Goddess' Liriope 514 Mimosa strigillosa Sensitive Plant 86 Serenoa repens 'Cinerea' Silver Saw Palmetto MEDIAN #55 20 Quercus virginiana Live Oak 6' CT min. at planting 11 Taxodium distichum Bald Cypress 178 Arachis pintoi 'Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 500 Bulbine frutescens Bulbine 428 Ernodia littoralis Golden Creeper 645 Liriope muscari 'Emerald Goddess' Liriope 130 Mulnebergia capillaris Muhly Grass MEDIAN #56 7 Quercus virginiana Live Oak 6' CT min. at planting 2 Quercus virginiana Live Oak 9' CT min. at planting 14 Taxodium distichum Bald Cypress 161 Arachis pintoi ‘Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 721 Liriope muscari 'Emerald Goddess' Liriope 99 Mimosa strigillosa Sensitive Plant Groundcover - purple flowers 143 Mulnebergia capillaris Muhly Grass 22 Zamia floridana Coontie MEDIAN #57 14 Sabal palmetto Sabal Palm 5 Sabal palmetto Sabal Palm 16' slick trunk at planting 11 Taxodium distichum Bald Cypress 374 Arachis pintoi ‘Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 69 Ernodia littoralis Golden Creeper 16.A.8.b Packet Pg. 238 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) MEDIAN #57 Quantities Scientific Name Common Name Details 646 Liriope muscari 'Emerald Goddess' Liriope 132 Mulnebergia capillaris Muhly Grass 115 Sophora tomentosa truncata Yellow Necklacepod MEDIAN #58 10 Sabal palmetto Sabal Palm 4 Sabal palmetto Sabal Palm 16' slick trunk at planting 203 Arachis pintoi ‘Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 182 Ernodia littoralis Golden Creeper 149 Mimosa strigillosa Sensitive Plant Groundcover - purple flowers 20 Serenoa repens 'Cinerea' Silver Saw Palmetto 71 Tripsacum floridana Dwarf Fakahatchee Grass MEDIAN #59 18 Phoenix robelenii Pygmy Date Palm Double 17 Pinus elliottii 'Densa' South Florida Slash Pine 10 Quercus virginiana Live Oak 6' CT min. at planting 35 Sabal palmetto Sabal Palm 633 Arachis pintoi ‘Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 364 Chrysobalanus icacco 'Horitontalis' Horizontal Cocoplum 73 Mimosa strigillosa Sensitive Plant Groundcover - purple flowers 374 Pennisetum staceum 'Alba' White Fountain Grass 54 Serenoa repens 'Cinerea' Silver Saw Palmetto 126 Sophora tomentosa truncata Yellow Necklacepod MEDIAN #60 5 Bursea simarubra Gumbo Limbo 9 Myrcianthes fragruns standard Simpson Stopper Tree 4 Quercus virginiana Live Oak 6' CT min. at planting 2 Quercus virginiana Live Oak 9' CT min. at planting 128 Arachis pintoi ‘Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 182 Carissa macrocarpa 'Emerald Blanket' Dwarf Carissa 131 Ernodia littoralis Golden Creeper 351 Liriope muscari 'Emerald Goddess' Liriope 68 Mimosa strigillosa Sensitive Plant Groundcover - purple flowers 102 Mulnebergia capillaris Muhly Grass 15 Strelitzia reginae Orange Bird of Paradise 10 Zamia floridana Coontie MEDIAN #61 5 Bursea simarubra Gumbo Limbo 3 Quercus virginiana Live Oak 6' CT min. at planting 2 Quercus virginiana Live Oak 9' CT min. at planting 26 Sabal palmetto Sabal Palm 50 Arachis pintoi ‘Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 16.A.8.b Packet Pg. 239 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) MEDIAN #61 Quantities Scientific Name Common Name Details 191 Carissa macrocarpa 'Emerald Blanket' Dwarf Carissa 120 Ernodia littoralis Golden Creeper 99 Mimosa strigillosa Sensitive Plant Groundcover - purple flowers 175 Mulnebergia capillaris Muhly Grass 128 Sophora tomentosa truncata Yellow Necklacepod 25 Zamia floridana Coontie MEDIAN #62 1 Chlorisia speciosa Floss Silk Tree 12 Sabal palmetto Sabal Palm 322 Arachis pintoi ‘Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 68 Chrysobalanus icacco 'Horitontalis' Horizontal Cocoplum 145 Mimosa strigillosa Sensitive Plant Groundcover - purple flowers 64 Pennisetum staceum 'Alba' White Fountain Grass 25 Serenoa repens 'Cinerea' Silver Saw Palmetto MEDIAN #63 10 Bursea simarubra Gumbo Limbo 6 Caesalpinia granadillo Bridal Veil 11 Myrcianthes fragruns standard Simpson Stopper Tree 14 Phoenix robelenii Pygmy Date Palm Double 14 Pinus elliottii South Florida Slash Pine 11 Quercus virginiana Live Oak 6' CT min. at planting 14 Sabal palmetto Sabal Palm 16 Taxodium distichum Bald Cypress 163 Arachis pintoi 'Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 261 Chrysobalanus icacco 'Horitontalis' Horizontal Cocoplum 259 Pennisetum staceum 'Alba' White Fountain Grass 65 Serenoa repens 'Cinerea' Silver Saw Palmetto 120 Sophora tomentosa truncata Yellow Necklacepod 108 Spartina bakeri var. 'Blue Green' Cord Grass 28 Zamia floridana Coontie MEDIAN #64 6 Bursea simarubra Gumbo Limbo 2 Chlorisia speciosa Floss Silk Tree 6 Lysiloma speciosa Wild Tamarind 7 Myrcianthes fragruns standard Simpson Stopper Tree 5 Phoenix robelenii Pygmy Date Palm Double 4 Quercus virginiana Live Oak 6' CT min. at planting 43 Sabal palmetto Sabal Palm 16 Taxodium distichum Bald Cypress 1159 Arachis pintoi ‘Golden Glory' Golden Glory Perennial Peanut Groundcover - yellow flowers 340 Ernodia littoralis Golden Creeper 16.A.8.b Packet Pg. 240 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) MEDIAN #64 Quantities Scientific Name Common Name Details 2274 Liriope muscari 'Emerald Goddess' Liriope 340 Mimosa strigillosa Sensitive Plant Groundcover - purple flowers 195 Mulnebergia capillaris Muhly Grass 296 Pennisetum staceum 'Alba' White Fountain Grass 60 Serenoa repens 'Cinerea' Silver Saw Palmetto Fertilization: Shrubs, Ground Cover, and Planted Median Areas Calculations are based on the following square footage quantities Type Square Footage Quantities Shrubs / Ground Cover Beds 271,826 Sod Areas 37,635 Combined Total Square Foot Coverage Area 309,461 NOTE: Total fertilization coverage services is a maximum of four (4) times per year if utilizing 50% slow release for a total of 128 bags, or twice (2) per year if utilizing 100% slow release, six-month formula for a total of 64 bags. Palm specific fertilization (0-0-22) happens two (2) times per year. Month Formulation Application Rates LBS. SQ FT #50 Bag Qty March 8-2-12 1.5 100 42 June 8-2-12 1.5 100 42 July 0-0-22 So-Po-Mag 10 1,000 1 September 8-2-12 1.5 100 42 October 0-0-22 So-Po-Mag 10 1,000 1 November 8-2-12 1.5 100 42 Comments: Additional 8-2-12 4 Mg Palm Blend -Additional Fertilizer: 375 Sabal Palms @ 6 lbs. each = Approximately 45 additional #50 bags per application Mowing: Median & Right-of-Way (ROW) SITE AREA SQUARE FEET ACRES Medians 37,635 .86 Alternative Service: Mowing Side Right-of-Way (ROW) SITE AREA SQUARE FEET ACRES North ROW 679,536 15.6 South ROW 1,026,709.2 23.57 TOTALS 1,706,245.20 39.17 16.A.8.b Packet Pg. 241 Attachment: 19-7662_Solicitation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) PS: Barbara Lance PM: Melissa Pearson Notices Sent: 8995 Downloaded: 56 Submissions: 5 Year 1 Prices Year 2 Prices Year 3 Prices Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 1 Median Mowing & Edging 52 Weekly 86.99$ 4,523.48$ 86.99$ 4,523.48$ 86.99$ 4,523.48$ 220.00$ 11,440.00$ 220.00$ 11,440.00$ 220.00$ 11,440.00$ 1,231.00$ 64,012.00$ 1,231.00$ 64,012.00$ 1,231.00$ 64,012.00$ 50.00$ 2,600.00$ 52.50$ 2,730.00$ 55.13$ 2,866.50$ 2,500.00$ 130,000.00$ 2,875.00$ 149,500.00$ 3,300.00$ 171,600.00$ 3 Weeding 52 Weekly 738.75$ 38,415.00$ 738.75$ 38,415.00$ 738.75$ 38,415.00$ 1,860.00$ 96,720.00$ 1,860.00$ 96,720.00$ 1,860.00$ 96,720.00$ 1,746.00$ 90,792.00$ 1,746.00$ 90,792.00$ 1,746.00$ 90,792.00$ 5,150.00$ 267,800.00$ 5,407.50$ 281,190.00$ 5,677.88$ 295,249.50$ 2,600.00$ 135,200.00$ 3,000.00$ 156,000.00$ 3,450.00$ 179,400.00$ 4 General Site Trimming 12 Monthly ########126,577.08$ 10,548.09$ 126,577.08$ 10,548.09$ 126,577.08$ 3,800.00$ 45,600.00$ 3,800.00$ 45,600.00$ 3,800.00$ 45,600.00$ 3,282.00$ 39,384.00$ 3,282.00$ 39,384.00$ 3,282.00$ 39,384.00$ 500.00$ 6,000.00$ 525.00$ 6,300.00$ 551.25$ 6,615.00$ 3,750.00$ 45,000.00$ 4,300.00$ 51,600.00$ 4,950.00$ 59,400.00$ 5 Street Cleaning 52 Weekly 161.69$ 8,407.88$ 161.69$ 8,407.88$ 161.69$ 8,407.88$ 490.00$ 25,480.00$ 490.00$ 25,480.00$ 490.00$ 25,480.00$ 1,231.00$ 64,012.00$ 1,231.00$ 64,012.00$ 1,231.00$ 64,012.00$ 4,000.00$ 208,000.00$ 4,200.00$ 218,400.00$ 4,410.00$ 229,320.00$ 1,975.00$ 102,700.00$ 2,300.00$ 119,600.00$ 2,645.00$ 137,540.00$ 6 Trash Removal 52 Weekly 242.53$ 12,611.56$ 242.53$ 12,611.56$ 242.53$ 12,611.56$ 360.00$ 18,720.00$ 360.00$ 18,720.00$ 360.00$ 18,720.00$ 821.00$ 42,692.00$ 821.00$ 42,692.00$ 821.00$ 42,692.00$ 4,000.00$ 208,000.00$ 4,200.00$ 218,400.00$ 4,410.00$ 229,320.00$ 988.00$ 51,376.00$ 1,100.00$ 57,200.00$ 1,300.00$ 67,600.00$ 7 Irrigation System Maintenance & Repair 52 Weekly 707.60$ 36,795.20$ 707.60$ 36,795.20$ 707.60$ 36,795.20$ 1,950.00$ 101,400.00$ 1,950.00$ 101,400.00$ 1,950.00$ 101,400.00$ 786.00$ 40,872.00$ 786.00$ 40,872.00$ 786.00$ 40,872.00$ 700.00$ 36,400.00$ 735.00$ 38,220.00$ 771.75$ 40,131.00$ 1,535.00$ 79,820.00$ 1,800.00$ 93,600.00$ 2,100.00$ 109,200.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 8 Gumbo Limbo 29 Each 87.50$ 2,537.50$ 87.50$ 2,537.50$ 87.50$ 2,537.50$ 60.00$ 1,740.00$ 80.00$ 2,320.00$ 100.00$ 2,900.00$ 175.00$ 5,075.00$ 175.00$ 5,075.00$ 175.00$ 5,075.00$ 30.00$ 870.00$ 31.50$ 913.50$ 33.08$ 959.18$ 28.00$ 812.00$ 35.00$ 1,015.00$ 65.00$ 1,885.00$ 9 Bridal Veil Trees 22 Each 58.50$ 1,287.00$ 58.50$ 1,287.00$ 58.50$ 1,287.00$ 50.00$ 1,100.00$ 60.00$ 1,320.00$ 70.00$ 1,540.00$ 175.00$ 3,850.00$ 175.00$ 3,850.00$ 175.00$ 3,850.00$ 20.00$ 440.00$ 21.00$ 462.00$ 22.05$ 485.10$ 28.00$ 616.00$ 35.00$ 770.00$ 65.00$ 1,430.00$ 10 Floss Silk Trees 5 Each 58.50$ 292.50$ 58.50$ 292.50$ 58.50$ 292.50$ 50.00$ 250.00$ 60.00$ 300.00$ 70.00$ 350.00$ 175.00$ 875.00$ 175.00$ 875.00$ 175.00$ 875.00$ 20.00$ 100.00$ 21.00$ 105.00$ 22.05$ 110.25$ 30.00$ 150.00$ 40.00$ 200.00$ 85.00$ 425.00$ 11 Wild Tamarinds 6 Each 87.50$ 525.00$ 87.50$ 525.00$ 87.50$ 525.00$ 50.00$ 300.00$ 60.00$ 360.00$ 70.00$ 420.00$ 175.00$ 1,050.00$ 175.00$ 1,050.00$ 175.00$ 1,050.00$ 20.00$ 120.00$ 21.00$ 126.00$ 22.05$ 132.30$ 30.00$ 180.00$ 40.00$ 240.00$ 85.00$ 510.00$ 12 Simpson Stopper Tree Form 29 Each 17.50$ 507.50$ 17.50$ 507.50$ 17.50$ 507.50$ 50.00$ 1,450.00$ 60.00$ 1,740.00$ 70.00$ 2,030.00$ 175.00$ 5,075.00$ 175.00$ 5,075.00$ 175.00$ 5,075.00$ 0.01$ 0.29$ 0.01$ 0.30$ 0.01$ 0.32$ 30.00$ 870.00$ 40.00$ 1,160.00$ 85.00$ 2,465.00$ 13 Slash Pine 55 Each 17.50$ 962.50$ 17.50$ 962.50$ 17.50$ 962.50$ 40.00$ 2,200.00$ 45.00$ 2,475.00$ 50.00$ 2,750.00$ 175.00$ 9,625.00$ 175.00$ 9,625.00$ 175.00$ 9,625.00$ 0.01$ 0.55$ 0.01$ 0.58$ 0.01$ 0.61$ 40.00$ 2,200.00$ 50.00$ 2,750.00$ 100.00$ 5,500.00$ 14 Bald Cypress 68 Each 75.00$ 5,100.00$ 75.00$ 5,100.00$ 75.00$ 5,100.00$ 40.00$ 2,720.00$ 45.00$ 3,060.00$ 50.00$ 3,400.00$ 175.00$ 11,900.00$ 175.00$ 11,900.00$ 175.00$ 11,900.00$ 0.01$ 0.68$ 0.01$ 0.71$ 0.01$ 0.75$ 30.00$ 2,040.00$ 40.00$ 2,720.00$ 85.00$ 5,780.00$ Palms (June)Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 15 Pygmy Date Palms 37 Each 0.01$ 0.37$ 0.01$ 0.37$ 0.01$ 0.37$ 25.00$ 925.00$ 25.00$ 925.00$ 25.00$ 925.00$ 25.00$ 925.00$ 25.00$ 925.00$ 25.00$ 925.00$ 0.01$ 0.37$ 0.01$ 0.39$ 0.01$ 0.41$ 55.00$ 2,035.00$ 65.00$ 2,405.00$ 85.00$ 3,145.00$ 16 Sabal Palms 366 Each 23.75$ 8,692.50$ 23.75$ 8,692.50$ 23.75$ 8,692.50$ 40.00$ 14,640.00$ 40.00$ 14,640.00$ 40.00$ 14,640.00$ 45.00$ 16,470.00$ 45.00$ 16,470.00$ 45.00$ 16,470.00$ 30.00$ 10,980.00$ 31.50$ 11,529.00$ 33.08$ 12,105.45$ 65.00$ 23,790.00$ 75.00$ 27,450.00$ 100.00$ 36,600.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 17 Pygmy Date Palms 37 Each 0.01$ 0.37$ 0.01$ 0.37$ 0.01$ 0.37$ 10.00$ 370.00$ 10.00$ 370.00$ 10.00$ 370.00$ 25.00$ 925.00$ 25.00$ 925.00$ 25.00$ 925.00$ 0.01$ 0.37$ 0.01$ 0.39$ 0.01$ 0.41$ 35.00$ 1,295.00$ 48.00$ 1,776.00$ 50.00$ 1,850.00$ 18 Sabal Palms 366 Each 17.50$ 6,405.00$ 17.50$ 6,405.00$ 17.50$ 6,405.00$ 20.00$ 7,320.00$ 20.00$ 7,320.00$ 20.00$ 7,320.00$ 45.00$ 16,470.00$ 45.00$ 16,470.00$ 45.00$ 16,470.00$ 30.00$ 10,980.00$ 31.50$ 11,529.00$ 33.08$ 12,105.45$ 45.00$ 16,470.00$ 65.00$ 23,790.00$ 75.00$ 27,450.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 19 Application labor rate only (Granular fertilizer 8-2-12, County supplied), Turf, Groundcover, Shrubs, Trees; (309,461 SF @ 1.5 lbs/100SF= Approx 93 bags per application two times per year 186 50 LB Bag 15.50$ 2,883.00$ 15.50$ 2,883.00$ 15.50$ 2,883.00$ 22.00$ 4,092.00$ 22.00$ 4,092.00$ 22.00$ 4,092.00$ 20.00$ 3,720.00$ 20.00$ 3,720.00$ 20.00$ 3,720.00$ 20.00$ 3,720.00$ 21.00$ 3,906.00$ 22.05$ 4,101.30$ 35.00$ 6,510.00$ 40.00$ 7,440.00$ 55.00$ 10,230.00$ 20 Application labor rate only (Granular fertilizer, So-Po-Mag (0-0- 22) County supplied), Palms, Approx 1 bag per application, as needed 1 50 LB Bag 10.50$ 10.50$ 10.50$ 10.50$ 10.50$ 10.50$ 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 20.00$ 20.00$ 20.00$ 20.00$ 20.00$ 20.00$ 50.00$ 50.00$ 52.50$ 52.50$ 55.13$ 55.13$ 47.00$ 47.00$ 55.00$ 55.00$ 65.00$ 65.00$ 21 Application labor rate only (Granular fertilizer 8-2-12, County supplied), Additional for Palms; Approx 1 bag per application, as needed 1 50 LB Bag 15.50$ 15.50$ 15.50$ 15.50$ 15.50$ 15.50$ 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 20.00$ 20.00$ 20.00$ 20.00$ 20.00$ 20.00$ 50.00$ 50.00$ 52.50$ 52.50$ 55.13$ 55.13$ 47.00$ 47.00$ 55.00$ 55.00$ 65.00$ 65.00$ 22 Application labor rate only (Granular fertilizer, Micronutrients, County Supplied)1 50 LB Bag 15.50$ 15.50$ 15.50$ 15.50$ 15.50$ 15.50$ 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 20.00$ 20.00$ 20.00$ 20.00$ 20.00$ 20.00$ 50.00$ 50.00$ 52.50$ 52.50$ 55.13$ 55.13$ 48.00$ 48.00$ 60.00$ 60.00$ 80.00$ 80.00$ 23 Application labor &materials (Drench) (Sequestrene Iron, Contractor supplied) 1 Lump Sum 2,757.94$ 2,757.94$ 2,757.94$ 2,757.94$ 2,757.94$ 2,757.94$ 5,800.00$ 5,800.00$ 5,800.00$ 5,800.00$ 5,800.00$ 5,800.00$ 1,520.00$ 1,520.00$ 1,520.00$ 1,520.00$ 1,520.00$ 1,520.00$ 200.00$ 200.00$ 210.00$ 210.00$ 220.50$ 220.50$ 130.00$ 130.00$ 150.00$ 150.00$ 175.00$ 175.00$ 24 Application labor & materials (20-20-20 w/Ferromec AC 13-0-0 plus 6% Iron, Contractor supplied) 1 Lump Sum 1,838.62$ 1,838.62$ 1,838.62$ 1,838.62$ 1,838.62$ 1,838.62$ 4,800.00$ 4,800.00$ 4,800.00$ 4,800.00$ 4,800.00$ 4,800.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 200.00$ 200.00$ 210.00$ 210.00$ 220.50$ 220.50$ 150.00$ 150.00$ 170.00$ 170.00$ 190.00$ 190.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 25 Insecticides & Fungicides Application Labor & Materials (Foliar)1 Lump Sum 7,764.46$ 7,764.46$ 7,764.46$ 7,764.46$ 7,764.46$ 7,764.46$ 6,900.00$ 6,900.00$ 6,900.00$ 6,900.00$ 6,900.00$ 6,900.00$ 2,200.00$ 2,200.00$ 2,200.00$ 2,200.00$ 2,200.00$ 2,200.00$ 2,800.00$ 2,800.00$ 2,940.00$ 2,940.00$ 3,087.00$ 3,087.00$ 2,600.00$ 2,600.00$ 3,000.00$ 3,000.00$ 3,500.00$ 3,500.00$ 26 Insecticides & Fungicides Application Labor & Materials (Drench)1 Lump Sum 1,247.11$ 1,247.11$ 1,247.11$ 1,247.11$ 1,247.11$ 1,247.11$ 9,800.00$ 9,800.00$ 9,800.00$ 9,800.00$ 9,800.00$ 9,800.00$ 2,400.00$ 2,400.00$ 2,400.00$ 2,400.00$ 2,400.00$ 2,400.00$ 3,900.00$ 3,900.00$ 4,095.00$ 4,095.00$ 4,299.75$ 4,299.75$ 2,700.00$ 2,700.00$ 3,100.00$ 3,100.00$ 3,600.00$ 3,600.00$ 27 Insecticides & Fungicides Application Labor & Materials (Turf)1 Lump Sum 1,101.06$ 1,101.06$ 1,101.06$ 1,101.06$ 1,101.06$ 1,101.06$ 7,800.00$ 7,800.00$ 7,800.00$ 7,800.00$ 7,800.00$ 7,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 200.00$ 200.00$ 210.00$ 210.00$ 220.50$ 220.50$ 3,200.00$ 3,200.00$ 3,700.00$ 3,700.00$ 3,900.00$ 3,900.00$ 28 Herbicides Application Labor & Materials (Pre or Post Emergent)1 Lump Sum 6,497.64$ 6,497.64$ 6,497.64$ 6,497.64$ 6,497.64$ 6,497.64$ 7,100.00$ 7,100.00$ 7,100.00$ 7,100.00$ 7,100.00$ 7,100.00$ 1,900.00$ 1,900.00$ 1,900.00$ 1,900.00$ 1,900.00$ 1,900.00$ 200.00$ 200.00$ 210.00$ 210.00$ 220.50$ 220.50$ 3,500.00$ 3,500.00$ 4,000.00$ 4,000.00$ 4,300.00$ 4,300.00$ 29 Herbicides Application Labor & Materials (Turf)1 Lump Sum 66.16$ 66.16$ 66.16$ 66.16$ 66.16$ 66.16$ 7,200.00$ 7,200.00$ 7,200.00$ 7,200.00$ 7,200.00$ 7,200.00$ 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 200.00$ 200.00$ 210.00$ 210.00$ 220.50$ 220.50$ 3,500.00$ 3,500.00$ 4,000.00$ 4,000.00$ 4,300.00$ 4,300.00$ Year 1 Prices Year 1 Prices Year 1 Prices Year 1 Prices Year 2 Prices Year 3 Prices Year 1 Prices Year 2 Prices Year 3 Prices Year 1 Prices Year 2 Prices Year 3 Prices Year 1 Prices Year 2 Prices Year 3 Prices Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 30 Growth Regulator Applications Labor & Material 1 Lump Sum 6,864.30$ 6,864.30$ 6,864.30$ 6,864.30$ 6,864.30$ 6,864.30$ 7,200.00$ 7,200.00$ 7,200.00$ 7,200.00$ 7,200.00$ 7,200.00$ 2,900.00$ 2,900.00$ 2,900.00$ 2,900.00$ 2,900.00$ 2,900.00$ 250.00$ 250.00$ 262.50$ 262.50$ 275.63$ 275.63$ 6,625.00$ 6,625.00$ 7,200.00$ 7,200.00$ 7,500.00$ 7,500.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Total Unit Price Total Unit Price Total 31 Application labor & materials rate (Contractor supplied mulch)7,398 Bag 5.00$ 36,990.00$ 5.00$ 36,990.00$ 5.00$ 36,990.00$ 6.00$ 44,388.00$ 6.00$ 44,388.00$ 6.00$ 44,388.00$ 6.00$ 44,388.00$ 6.00$ 44,388.00$ 6.00$ 44,388.00$ 5.00$ 36,990.00$ 5.25$ 38,839.50$ 5.51$ 40,781.48$ 7.24$ 53,561.52$ 8.30$ 61,403.40$ 9.50$ 70,281.00$ 32 Application labor only rate (County supplied mulch)7,398 Bag 2.50$ 18,495.00$ 2.50$ 18,495.00$ 2.50$ 18,495.00$ 3.00$ 22,194.00$ 3.00$ 22,194.00$ 3.00$ 22,194.00$ 3.00$ 22,194.00$ 3.00$ 22,194.00$ 3.00$ 22,194.00$ 3.00$ 22,194.00$ 3.15$ 23,303.70$ 3.31$ 24,468.89$ 4.34$ 32,107.32$ 5.00$ 36,990.00$ 5.75$ 42,538.50$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 33 Brick Pavers & Concrete Surfaces - all areas 1 Lump Sum 1,343.43$ 1,343.43$ 1,343.43$ 1,343.43$ 1,343.43$ 1,343.43$ 8,500.00$ 8,500.00$ 8,500.00$ 8,500.00$ 8,500.00$ 8,500.00$ 3,200.00$ 3,200.00$ 3,200.00$ 3,200.00$ 3,200.00$ 3,200.00$ 250.00$ 250.00$ 262.50$ 262.50$ 275.63$ 275.63$ 7,940.00$ 7,940.00$ 8,200.00$ 8,200.00$ 8,900.00$ 8,900.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 34 Landscape Supervisor 1 Hourly 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 85.00$ 85.00$ 89.25$ 89.25$ 93.71$ 93.71$ 69.00$ 69.00$ 79.00$ 79.00$ 90.00$ 90.00$ 35 Landscape Laborer 1 Hourly 35.00$ 35.00$ 35.00$ 35.00$ 35.00$ 35.00$ 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 30.00$ 30.00$ 30.00$ 30.00$ 30.00$ 30.00$ 85.00$ 85.00$ 89.25$ 89.25$ 93.71$ 93.71$ 59.00$ 59.00$ 69.00$ 69.00$ 80.00$ 80.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 36 Irrigation Supervisor 1 Hourly 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 85.00$ 85.00$ 89.25$ 89.25$ 93.71$ 93.71$ 75.00$ 75.00$ 86.00$ 86.00$ 98.00$ 98.00$ 37 Irrigation Technician 1 Hourly 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 85.00$ 85.00$ 89.25$ 89.25$ 93.71$ 93.71$ 69.00$ 69.00$ 79.00$ 79.00$ 90.00$ 90.00$ 38 Irrigation System Review 1 Hourly 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 35.00$ 35.00$ 36.75$ 36.75$ 38.59$ 38.59$ 1,975.00$ 1,975.00$ 2,300.00$ 2,300.00$ 2,500.00$ 2,500.00$ 39 Irrigation Supervisor After Hours is 7:00 p.m. - 6:30 a.m.1 Hourly 95.00$ 95.00$ 95.00$ 95.00$ 95.00$ 95.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 125.00$ 125.00$ 131.25$ 131.25$ 137.81$ 137.81$ 112.50$ 112.50$ 130.00$ 130.00$ 149.00$ 149.00$ 40 Irrigation Technician After Hours is 7:00 p.m. - 6:30 a.m.1 Hourly 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 125.00$ 125.00$ 131.25$ 131.25$ 137.81$ 137.81$ 103.50$ 103.50$ 120.00$ 120.00$ 137.00$ 137.00$ FERTILIZATION: Groundcover, Shrub, Tree, & Palm (Granular-County supplied / Liquid-Contractor supplied) TREE & PALM MAINTENANCE Palms, Seed Pod Removals, as needed 2. SITE SPECIFIC MAINTENANCE ITB # 19- 7662 BID SCHEDULE IMMOKALEE ROAD LANDSCAPE MAINTENANCE (COLLIER BLVD TO WILSON BLVD) WORK AREA 18B APPROXIMATELY 5.0 miles ALL LINES MUST BE BID Quantities are approximate for bidding purposes. NOTE: BID LINE ITEMS THAT ARE MATERIALLY UNBALANCED MAY BE DEEMED NON-RESPONSIVE. Year 1 Prices Year 2 Prices 3. ALTERNATIVE SERVICES LANDSCAPE PERSONNEL LABOR HOURS GROWTH REGULATOR APPLICATIONS (Contractor supplied - Trimtect® or Equivalent) MULCHING (2" mulch, 2 cubic foot bags) PRESSURE CLEANING (inclusive of all labor, materials, equipment to complete the work) IRRIGATION PERSONNEL LABOR HOURS WORK AREA 18B: Immokalee Road from Collier Blvd to Wilson Blvd ORNAMENTAL & TURF SPRAYING: Turf, Groundcover, Shrub, Tree, and Palm (Contractor supplied chemicals) 1. ROUTINE MAINTENANCE Canopy Trees (April - September) Year 3 Prices HANNULA LANDSCAPING AND IRRIGATIONMAINSCAPE INC SUPERB LANDSCAPE SERVICES INCSUPERIOR LANDSCAPING LAWN SERVICEWALKERS SERVICE INC Year 2 Prices Year 3 Prices NON-RESPONSIVE Year 1 PricesYear 1 Prices Year 2 Prices Year 3 Prices Year 1 Prices Year 2 Prices Year 3 Prices 16.A.8.c Packet Pg. 242 Attachment: 19-7662 Bid Tabulation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work PS: Barbara Lance PM: Melissa Pearson Notices Sent: 8995 Downloaded: 56 Submissions: 5 Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 41 Supervisor 1 Hourly 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 140.00$ 140.00$ 140.00$ 140.00$ 140.00$ 140.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 125.00$ 125.00$ 131.25$ 131.25$ 137.81$ 137.81$ 115.00$ 115.00$ 132.00$ 132.00$ 152.00$ 152.00$ 42 Laborer 1 Hourly 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 90.00$ 90.00$ 90.00$ 90.00$ 90.00$ 90.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 125.00$ 125.00$ 131.25$ 131.25$ 137.81$ 137.81$ 75.00$ 75.00$ 86.00$ 86.00$ 99.00$ 99.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 43 Staking Large Palms (Caliper greater than 6")1 Each 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 130.00$ 130.00$ 135.00$ 135.00$ 140.00$ 140.00$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 300.00$ 300.00$ 315.00$ 315.00$ 330.75$ 330.75$ 420.00$ 420.00$ 460.00$ 460.00$ 530.00$ 530.00$ 44 Staking Small Canopy Tree (2x2 posts and guy wire, 4"-6" caliper)1 Each 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 110.00$ 110.00$ 115.00$ 115.00$ 120.00$ 120.00$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 200.00$ 200.00$ 210.00$ 210.00$ 220.50$ 220.50$ 410.00$ 410.00$ 450.00$ 450.00$ 518.00$ 518.00$ 45 Staking Large Canopy Tree (2x4 posts, greater than 6" caliper)1 Each 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 180.00$ 180.00$ 185.00$ 185.00$ 190.00$ 190.00$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 300.00$ 300.00$ 315.00$ 315.00$ 330.75$ 330.75$ 420.00$ 420.00$ 460.00$ 460.00$ 530.00$ 530.00$ 46 Restanding and Staking Small Palm (4"-6" Caliper) 1 Each 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 180.00$ 180.00$ 185.00$ 185.00$ 190.00$ 190.00$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 700.00$ 700.00$ 735.00$ 735.00$ 771.75$ 771.75$ 410.00$ 410.00$ 450.00$ 450.00$ 518.00$ 518.00$ 47 Restanding and Staking Large Palms Caliper greater than 6")1 Each 300.00$ 300.00$ 300.00$ 300.00$ 300.00$ 300.00$ 350.00$ 350.00$ 360.00$ 360.00$ 370.00$ 370.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 1,500.00$ 1,500.00$ 1,575.00$ 1,575.00$ 1,653.75$ 1,653.75$ 675.00$ 675.00$ 775.00$ 775.00$ 890.00$ 890.00$ 48 Restanding and Staking Small Canopy Tree 2x2 posts and guy wire, 4"-6" caliper)1 Each 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 180.00$ 180.00$ 185.00$ 185.00$ 190.00$ 190.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 700.00$ 700.00$ 735.00$ 735.00$ 771.75$ 771.75$ 410.00$ 410.00$ 450.00$ 450.00$ 518.00$ 518.00$ 49 Restaking Large Canopy Tree (2x4 posts, greater than 6" caliper)1 Each 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 200.00$ 200.00$ 210.00$ 210.00$ 220.00$ 220.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 800.00$ 800.00$ 840.00$ 840.00$ 882.00$ 882.00$ 675.00$ 675.00$ 775.00$ 775.00$ 890.00$ 890.00$ 50 Removal: Small Palms - Alexander, Pygmy Date, Montegomery, Thrinax, Cocothrinax, (includes root balls and stumps)1 Each 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 160.00$ 160.00$ 170.00$ 170.00$ 180.00$ 180.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 800.00$ 800.00$ 840.00$ 840.00$ 882.00$ 882.00$ 250.00$ 250.00$ 275.00$ 275.00$ 300.00$ 300.00$ 51 Removal: Medium Palms - Foxtail & Sabal (includes root balls and stumps)1 Each 250.00$ 250.00$ 250.00$ 250.00$ 250.00$ 250.00$ 240.00$ 240.00$ 260.00$ 260.00$ 280.00$ 280.00$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 900.00$ 900.00$ 945.00$ 945.00$ 992.25$ 992.25$ 321.00$ 321.00$ 370.00$ 370.00$ 424.00$ 424.00$ 52 Removal: Large Palms - Royal & Bismarck (includes root balls and stumps)1 Each 700.00$ 700.00$ 700.00$ 700.00$ 700.00$ 700.00$ 380.00$ 380.00$ 400.00$ 400.00$ 420.00$ 420.00$ 275.00$ 275.00$ 275.00$ 275.00$ 275.00$ 275.00$ 2,000.00$ 2,000.00$ 2,100.00$ 2,100.00$ 2,205.00$ 2,205.00$ 645.00$ 645.00$ 700.00$ 700.00$ 770.00$ 770.00$ 53 Removal: Small Trees - Trees up to 10 feet in height (includes root balls and stumps)1 Each 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 180.00$ 180.00$ 190.00$ 190.00$ 200.00$ 200.00$ 495.00$ 495.00$ 495.00$ 495.00$ 495.00$ 495.00$ 800.00$ 800.00$ 840.00$ 840.00$ 882.00$ 882.00$ 322.00$ 322.00$ 355.00$ 355.00$ 390.00$ 390.00$ 54 Removal: Medium Trees - 11 feet in height but less than 20 feet in height (includes root balls and stumps)1 Each 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 360.00$ 360.00$ 380.00$ 380.00$ 400.00$ 400.00$ 900.00$ 900.00$ 900.00$ 900.00$ 900.00$ 900.00$ 1,200.00$ 1,200.00$ 1,260.00$ 1,260.00$ 1,323.00$ 1,323.00$ 550.00$ 550.00$ 630.00$ 630.00$ 724.00$ 724.00$ 55 Removal: Large Trees - 20 feet in height and greater (includes root balls and stumps)1 Each 850.00$ 850.00$ 850.00$ 850.00$ 850.00$ 850.00$ 800.00$ 800.00$ 850.00$ 850.00$ 900.00$ 900.00$ 1,200.00$ 1,200.00$ 1,200.00$ 1,200.00$ 1,200.00$ 1,200.00$ 2,500.00$ 2,500.00$ 2,625.00$ 2,625.00$ 2,756.25$ 2,756.25$ 1,700.00$ 1,700.00$ 1,955.00$ 1,955.00$ 2,248.00$ 2,248.00$ 56 Stump tip overs (small)1 Each 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 50.00$ 50.00$ 55.00$ 55.00$ 60.00$ 60.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 500.00$ 500.00$ 525.00$ 525.00$ 551.25$ 551.25$ 322.00$ 322.00$ 350.00$ 350.00$ 385.00$ 385.00$ 57 Stump tip overs (medium)1 Each 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 110.00$ 110.00$ 120.00$ 120.00$ 130.00$ 130.00$ 300.00$ 300.00$ 300.00$ 300.00$ 300.00$ 300.00$ 700.00$ 700.00$ 735.00$ 735.00$ 771.75$ 771.75$ 550.00$ 550.00$ 600.00$ 600.00$ 690.00$ 690.00$ 58 Stump tip overs (large)1 Each 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 240.00$ 240.00$ 260.00$ 260.00$ 280.00$ 280.00$ 500.00$ 500.00$ 500.00$ 500.00$ 500.00$ 500.00$ 900.00$ 900.00$ 945.00$ 945.00$ 992.25$ 992.25$ 750.00$ 750.00$ 825.00$ 825.00$ 907.00$ 907.00$ 59 Soil replacement (fill in stump tip over hole) 1 Cubic Yard 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 140.00$ 140.00$ 150.00$ 150.00$ 160.00$ 160.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 250.00$ 250.00$ 262.50$ 262.50$ 275.63$ 275.63$ 235.00$ 235.00$ 270.00$ 270.00$ 290.00$ 290.00$ 60 Cut Dead Palm to a 3' stump (All sizes)1 Hour 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 130.00$ 130.00$ 140.00$ 140.00$ 150.00$ 150.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 250.00$ 250.00$ 262.50$ 262.50$ 275.63$ 275.63$ 175.00$ 175.00$ 200.00$ 200.00$ 218.00$ 218.00$ 61 Cut Dead Tree to a 3' stump (All sizes)1 Hour 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 380.00$ 380.00$ 400.00$ 400.00$ 420.00$ 420.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 250.00$ 250.00$ 262.50$ 262.50$ 275.63$ 275.63$ 322.00$ 322.00$ 370.00$ 370.00$ 410.00$ 410.00$ 62 Debris Removal 1 Cubic Yard 15.00$ 15.00$ 15.00$ 15.00$ 15.00$ 15.00$ 120.00$ 120.00$ 130.00$ 130.00$ 140.00$ 140.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 250.00$ 250.00$ 262.50$ 262.50$ 275.63$ 275.63$ 175.00$ 175.00$ 200.00$ 200.00$ 225.00$ 225.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 63 Bucket Truck 1 Hour 250.00$ 250.00$ 250.00$ 250.00$ 250.00$ 250.00$ 140.00$ 140.00$ 150.00$ 150.00$ 160.00$ 160.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 309.75$ 309.75$ 325.24$ 325.24$ 175.00$ 175.00$ 200.00$ 200.00$ 230.00$ 230.00$ 64 Water Truck 1 Hour 195.00$ 195.00$ 195.00$ 195.00$ 195.00$ 195.00$ 160.00$ 160.00$ 170.00$ 170.00$ 180.00$ 180.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 295.00$ 295.00$ 309.75$ 309.75$ 325.24$ 325.24$ 125.00$ 125.00$ 150.00$ 150.00$ 180.00$ 180.00$ 65 Mini Excavator 1 Hour 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 180.00$ 180.00$ 190.00$ 190.00$ 200.00$ 200.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 309.75$ 309.75$ 325.24$ 325.24$ 110.00$ 110.00$ 130.00$ 130.00$ 150.00$ 150.00$ 66 Crane Truck 1 Hour 395.00$ 395.00$ 395.00$ 395.00$ 395.00$ 395.00$ 450.00$ 450.00$ 500.00$ 500.00$ 550.00$ 550.00$ 625.00$ 625.00$ 625.00$ 625.00$ 625.00$ 625.00$ 295.00$ 295.00$ 309.75$ 309.75$ 325.24$ 325.24$ 225.00$ 225.00$ 260.00$ 260.00$ 300.00$ 300.00$ 67 Skid Loader 1 Hour 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 95.00$ 95.00$ 100.00$ 100.00$ 110.00$ 110.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 309.75$ 309.75$ 325.24$ 325.24$ 150.00$ 150.00$ 170.00$ 170.00$ 195.00$ 195.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 68 Site Clearing Damage 1 Hourly 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 105.00$ 105.00$ 105.00$ 105.00$ 105.00$ 105.00$ 195.00$ 195.00$ 195.00$ 195.00$ 195.00$ 195.00$ 495.00$ 495.00$ 519.75$ 519.75$ 545.74$ 545.74$ 740.00$ 740.00$ 850.00$ 850.00$ 975.00$ 975.00$ Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 69 Side ROW Mowing & Edging 26 Bi-Weekly 4,750.02$ 123,500.52$ 4,750.02$ 123,500.52$ 4,750.02$ 123,500.52$ 6,450.00$ 167,700.00$ 6,450.00$ 167,700.00$ 6,450.00$ 167,700.00$ 8,205.00$ 213,330.00$ 8,205.00$ 213,330.00$ 8,205.00$ 213,330.00$ 1,500.00$ 39,000.00$ 1,575.00$ 40,950.00$ 1,653.75$ 42,997.50$ 3,600.00$ 93,600.00$ 4,200.00$ 109,200.00$ 4,800.00$ 124,800.00$ 70 YEARS 1 - 3 SUBTOTALS 824,734.84$ 956,260.40$ 1,114,004.50$ BID TOTAL (YEARS 1 - 3) 2,894,999.74$ Yes/No Yes/No Yes/No Yes/No Yes/No Yes Yes Yes No Yes Yes Yes Yes No Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes No Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes YES/NO YES/NO YES/NO YES/NO YES/NO MATERIALS MARKUP PERCENTAGE IS 10% ( percentage is a markup on non-bid line items. Receipts are required as backup with invoice for verification) International Society of Arborists (ISA) certification Irrigation License Pesticide License Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. Required Documents Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S. Required Forms Maintenance of Traffic Certificate, Intermediate Level, with three (3) years experience EMERGENCY RESPONSE LABOR HOURS (After 5:00 p.m., Monday - Friday, and 24 hours during weekends & holidays) TREE & PALM MAINTENANCE SERVICES (All inclusive of labor, equipment, watering, materials, and incidentials to complete the work) Landscape License Equipment List: Provide a list of all company-owned and leased equipment for this contract. Experience: Provide a brief description describing a minimum three (3) years experience that is relevant and similar to the Scope of Work and specifications. Irrigation list of projects showing three (3) years' experience with Motorola Irrigation Control Systems or equivalent smart controller systems. References: Include three (3) governmental or commercial references relevant to the services listed in the specifications Green Industries, Best Management Practices, Certificate (or must be obtained within 6 months) Pesticide Employee Identification Card for non-certified employees OR a listing of employees’ names and their issued ID card numbers that will perform pest control for a licensed company. Each ID card must be an employee of the licensed company and work under the direct supervision of the certified operator in charge. Chapter, 482.091 F.S. EQUIPMENT WITH OPERATOR RATES (Inclusive of labor, equipment, fuel & materials) Side Right-of-Way Mowing & Edging TRAFFIC ACCIDENT CLEAN UP (Work consists of hourly labor rate for removal of damaged plant materials and accident debris, equipment to cleanup site from traffic accident, hauling disposed debris and materials to a disposal site, blowing mulch from roadway and hardscapes surfaces, re-installing non-damaged plant materials that have a viable life, and arranging the other disturbed materials to the correct landscape design.). 470,646.18$ 470,646.18$ 725,901.00$ 725,901.00$ 2,777,955.45$ 881,191.26$ 925,250.82$ 971,513.36$ 1,411,938.54$ 642,614.00$ 644,774.00$ 646,939.00$ 1,934,327.00$ 2,177,703.00$ 470,646.18$ 725,901.00$ 16.A.8.c Packet Pg. 243 Attachment: 19-7662 Bid Tabulation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work PS: Barbara Lance PM: Melissa Pearson Notices Sent: 8995 Downloaded: 56 Submissions: 5 Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes N/A Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes No Yes SunBiz Yes Yes Yes Yes Yes Unresponsive due to E-Verify Opened By: Barbara Lance 9/25/19 Witnessed By: Viviana Giarimoustas Form 6: Vendor Substitute W – 9 Form 7: Vendor Submittal – Local Vendor Preference Affidavit Insurance and Bonding Requirements E-Verify Form 5: Immigration Affidavit Certification Form 4: Vendor Declaration Statement Form 2: Vendor Check List Form 3: Conflict of Interest Affidavit 16.A.8.c Packet Pg. 244 Attachment: 19-7662 Bid Tabulation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work 16.A.8.dPacket Pg. 245Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 246Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 247Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 248Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 249Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 250Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 251Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 252Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 253Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 254Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 255Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 256Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 257Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area Crystal K. Kinzel, Clerk of Court & Comproller 16.A.8.d Packet Pg. 258 Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 259Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 260Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 261Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 262Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 263Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 264Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 265Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 266Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 267Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 268Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 269Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 270Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 271Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 272Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 273Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 274Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 275Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 276Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 277Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 278Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 279Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 280Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 281Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 282Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 283Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 284Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 285Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 286Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 287Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 288Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 289Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 290Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 291Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.dPacket Pg. 292Attachment: 19-7662 Mainscape, Inc_Contract_VendorSigned_Revised (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.e Packet Pg. 293 Attachment: 19-7662 Mainscape, Inc_Insurance_ 12-30-19 (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) PS: Barbara Lance PM: Melissa Pearson Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total 1 Median Mowing & Edging 52 Weekly 86.99$ 4,523.48$ 86.99$ 4,523.48$ 86.99$ 4,523.48$ 3 Weeding 52 Weekly 738.75$ 38,415.00$ 738.75$ 38,415.00$ 738.75$ 38,415.00$ 4 General Site Trimming 12 Monthly #########126,577.08$ #########126,577.08$ 10,548.09$ 126,577.08$ 5 Street Cleaning 52 Weekly 161.69$ 8,407.88$ 161.69$ 8,407.88$ 161.69$ 8,407.88$ 6 Trash Removal 52 Weekly 242.53$ 12,611.56$ 242.53$ 12,611.56$ 242.53$ 12,611.56$ 7 Irrigation System Maintenance & Repair 52 Weekly 707.60$ 36,795.20$ 707.60$ 36,795.20$ 707.60$ 36,795.20$ Unit Price Total Unit Price Total Unit Price Total 8 Gumbo Limbo 29 Each 87.50$ 2,537.50$ 87.50$ 2,537.50$ 87.50$ 2,537.50$ 9 Bridal Veil Trees 22 Each 58.50$ 1,287.00$ 58.50$ 1,287.00$ 58.50$ 1,287.00$ 10 Floss Silk Trees 5 Each 58.50$ 292.50$ 58.50$ 292.50$ 58.50$ 292.50$ 11 Wild Tamarinds 6 Each 87.50$ 525.00$ 87.50$ 525.00$ 87.50$ 525.00$ 12 Simpson Stopper Tree Form 29 Each 17.50$ 507.50$ 17.50$ 507.50$ 17.50$ 507.50$ 13 Slash Pine 55 Each 17.50$ 962.50$ 17.50$ 962.50$ 17.50$ 962.50$ 14 Bald Cypress 68 Each 75.00$ 5,100.00$ 75.00$ 5,100.00$ 75.00$ 5,100.00$ Unit Price Total Unit Price Total Unit Price Total 15 Pygmy Date Palms 37 Each 0.01$ 0.37$ 0.01$ 0.37$ 0.01$ 0.37$ 16 Sabal Palms 366 Each 23.75$ 8,692.50$ 23.75$ 8,692.50$ 23.75$ 8,692.50$ Unit Price Total Unit Price Total Unit Price Total 17 Pygmy Date Palms 37 Each 0.01$ 0.37$ 0.01$ 0.37$ 0.01$ 0.37$ 18 Sabal Palms 366 Each 17.50$ 6,405.00$ 17.50$ 6,405.00$ 17.50$ 6,405.00$ Unit Price Total Unit Price Total Unit Price Total 19 Application labor rate only (Granular fertilizer 8-2-12, County supplied), Turf, Groundcover, Shrubs, Trees; (309,461 SF @ 1.5 lbs/100SF= Approx 93 bags per application two times per year 186 50 LB Bag 15.50$ 2,883.00$ 15.50$ 2,883.00$ 15.50$ 2,883.00$ 20 Application labor rate only (Granular fertilizer, So-Po-Mag (0-0- 22) County supplied), Palms, Approx 1 bag per application, as needed 1 50 LB Bag 10.50$ 10.50$ 10.50$ 10.50$ 10.50$ 10.50$ 21 Application labor rate only (Granular fertilizer 8-2-12, County supplied), Additional for Palms; Approx 1 bag per application, as needed 1 50 LB Bag 15.50$ 15.50$ 15.50$ 15.50$ 15.50$ 15.50$ 22 Application labor rate only (Granular fertilizer, Micronutrients, County Supplied)1 50 LB Bag 15.50$ 15.50$ 15.50$ 15.50$ 15.50$ 15.50$ 23 Application labor &materials (Drench) (Sequestrene Iron, Contractor supplied) 1 Lump Sum 2,757.94$ 2,757.94$ 2,757.94$ 2,757.94$ 2,757.94$ 2,757.94$ Palms (June) Palms, Seed Pod Removals, as needed ALL LINES MUST BE BID Quantities are approximate for bidding purposes. NOTE: BID LINE ITEMS THAT ARE MATERIALLY UNBALANCED MAY BE DEEMED NON-RESPONSIVE. Year 1 Prices Year 2 Prices Year 3 Prices 1. ROUTINE MAINTENANCE Canopy Trees (April - September) FERTILIZATION: Groundcover, Shrub, Tree, & Palm (Granular-County supplied / Liquid-Contractor supplied) TREE & PALM MAINTENANCE ITB # 19- 7662 BID SCHEDULE IMMOKALEE ROAD LANDSCAPE MAINTENANCE (COLLIER BLVD TO WILSON BLVD) WORK AREA 18B APPROXIMATELY 5.0 miles 2. SITE SPECIFIC MAINTENANCE WORK AREA 18B: Immokalee Road from Collier Blvd to Wilson Blvd 16.A.8.f Packet Pg. 294 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) PS: Barbara Lance PM: Melissa Pearson Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total 24 Application labor & materials (20-20-20 w/Ferromec AC 13-0-0 plus 6% Iron, Contractor supplied) 1 Lump Sum 1,838.62$ 1,838.62$ 1,838.62$ 1,838.62$ 1,838.62$ 1,838.62$ Unit Price Total Unit Price Total Unit Price Total 25 Insecticides & Fungicides Application Labor & Materials (Foliar)1 Lump Sum 7,764.46$ 7,764.46$ 7,764.46$ 7,764.46$ 7,764.46$ 7,764.46$ 26 Insecticides & Fungicides Application Labor & Materials (Drench)1 Lump Sum 1,247.11$ 1,247.11$ 1,247.11$ 1,247.11$ 1,247.11$ 1,247.11$ 27 Insecticides & Fungicides Application Labor & Materials (Turf)1 Lump Sum 1,101.06$ 1,101.06$ 1,101.06$ 1,101.06$ 1,101.06$ 1,101.06$ 28 Herbicides Application Labor & Materials (Pre or Post Emergent)1 Lump Sum 6,497.64$ 6,497.64$ 6,497.64$ 6,497.64$ 6,497.64$ 6,497.64$ 29 Herbicides Application Labor & Materials (Turf)1 Lump Sum 66.16$ 66.16$ 66.16$ 66.16$ 66.16$ 66.16$ Year 1 Prices Year 1 Prices Year 1 Prices Unit Price Total Unit Price Total Unit Price Total 30 Growth Regulator Applications Labor & Material 1 Lump Sum 6,864.30$ 6,864.30$ 6,864.30$ 6,864.30$ 6,864.30$ 6,864.30$ Unit Price Total Unit Price Total Unit Price Total 31 Application labor & materials rate (Contractor supplied mulch)7,398 Bag 5.00$ 36,990.00$ 5.00$ 36,990.00$ 5.00$ 36,990.00$ 32 Application labor only rate (County supplied mulch)7,398 Bag 2.50$ 18,495.00$ 2.50$ 18,495.00$ 2.50$ 18,495.00$ Unit Price Total Unit Price Total Unit Price Total 33 Brick Pavers & Concrete Surfaces - all areas 1 Lump Sum 1,343.43$ 1,343.43$ 1,343.43$ 1,343.43$ 1,343.43$ 1,343.43$ Unit Price Total Unit Price Total Unit Price Total 34 Landscape Supervisor 1 Hourly 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 35 Landscape Laborer 1 Hourly 35.00$ 35.00$ 35.00$ 35.00$ 35.00$ 35.00$ Unit Price Total Unit Price Total Unit Price Total 36 Irrigation Supervisor 1 Hourly 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 37 Irrigation Technician 1 Hourly 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 38 Irrigation System Review 1 Hourly 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 39 Irrigation Supervisor After Hours is 7:00 p.m. - 6:30 a.m.1 Hourly 95.00$ 95.00$ 95.00$ 95.00$ 95.00$ 95.00$ 40 Irrigation Technician After Hours is 7:00 p.m. - 6:30 a.m.1 Hourly 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ Unit Price Total Unit Price Total Unit Price Total 41 Supervisor 1 Hourly 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 42 Laborer 1 Hourly 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ Unit Price Total Unit Price Total Unit Price Total 43 Staking Large Palms (Caliper greater than 6")1 Each 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 44 Staking Small Canopy Tree (2x2 posts and guy wire, 4"-6" caliper)1 Each 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45 Staking Large Canopy Tree (2x4 posts, greater than 6" caliper)1 Each 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 46 Restanding and Staking Small Palm (4"-6" Caliper) 1 Each 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ IRRIGATION PERSONNEL LABOR HOURS ORNAMENTAL & TURF SPRAYING: Turf, Groundcover, Shrub, Tree, and Palm (Contractor supplied chemicals) EMERGENCY RESPONSE LABOR HOURS (After 5:00 p.m., Monday - Friday, and 24 hours during weekends & holidays) TREE & PALM MAINTENANCE SERVICES (All inclusive of labor, equipment, watering, materials, and incidentials to complete the work) 3. ALTERNATIVE SERVICES LANDSCAPE PERSONNEL LABOR HOURS GROWTH REGULATOR APPLICATIONS (Contractor supplied - Trimtect® or Equivalent) MULCHING (2" mulch, 2 cubic foot bags) PRESSURE CLEANING (inclusive of all labor, materials, equipment to complete the work) 16.A.8.f Packet Pg. 295 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) PS: Barbara Lance PM: Melissa Pearson Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total 47 Restanding and Staking Large Palms Caliper greater than 6")1 Each 300.00$ 300.00$ 300.00$ 300.00$ 300.00$ 300.00$ 48 Restanding and Staking Small Canopy Tree 2x2 posts and guy wire, 4"-6" caliper)1 Each 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 49 Restaking Large Canopy Tree (2x4 posts, greater than 6" caliper)1 Each 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 50 Removal: Small Palms - Alexander, Pygmy Date, Montegomery, Thrinax, Cocothrinax, (includes root balls and stumps)1 Each 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 51 Removal: Medium Palms - Foxtail & Sabal (includes root balls and stumps)1 Each 250.00$ 250.00$ 250.00$ 250.00$ 250.00$ 250.00$ 52 Removal: Large Palms - Royal & Bismarck (includes root balls and stumps)1 Each 700.00$ 700.00$ 700.00$ 700.00$ 700.00$ 700.00$ 53 Removal: Small Trees - Trees up to 10 feet in height (includes root balls and stumps)1 Each 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 54 Removal: Medium Trees - 11 feet in height but less than 20 feet in height (includes root balls and stumps)1 Each 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 55 Removal: Large Trees - 20 feet in height and greater (includes root balls and stumps)1 Each 850.00$ 850.00$ 850.00$ 850.00$ 850.00$ 850.00$ 56 Stump tip overs (small)1 Each 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 57 Stump tip overs (medium)1 Each 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 58 Stump tip overs (large)1 Each 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 59 Soil replacement (fill in stump tip over hole) 1 Cubic Yard 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 60 Cut Dead Palm to a 3' stump (All sizes)1 Hour 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 61 Cut Dead Tree to a 3' stump (All sizes)1 Hour 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 62 Debris Removal 1 Cubic Yard 15.00$ 15.00$ 15.00$ 15.00$ 15.00$ 15.00$ Unit Price Total Unit Price Total Unit Price Total 63 Bucket Truck 1 Hour 250.00$ 250.00$ 250.00$ 250.00$ 250.00$ 250.00$ 64 Water Truck 1 Hour 195.00$ 195.00$ 195.00$ 195.00$ 195.00$ 195.00$ 65 Mini Excavator 1 Hour 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 66 Crane Truck 1 Hour 395.00$ 395.00$ 395.00$ 395.00$ 395.00$ 395.00$ 67 Skid Loader 1 Hour 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ Unit Price Total Unit Price Total Unit Price Total 68 Site Clearing Damage 1 Hourly 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ Unit Price Total Unit Price Total Unit Price Total 69 Side ROW Mowing & Edging 26 Bi-Weekly 4,750.02$ 123,500.52$ 4,750.02$ 123,500.52$ 4,750.02$ 123,500.52$ 70 YES NO YES YES YEARS 1 - 3 SUBTOTALS 1,411,938.54$ 470,646.18$ 470,646.18$ Landscape License Irrigation License MATERIALS MARKUP PERCENTAGE IS 10% ( percentage is a markup on non-bid line items. Receipts are required as backup with invoice for verification) Required Documents BID TOTAL (YEARS 1 - 3) Side Right-of-Way Mowing & Edging 470,646.18$ EQUIPMENT WITH OPERATOR RATES (Inclusive of labor, equipment, fuel & materials) TRAFFIC ACCIDENT CLEAN UP (Work consists of hourly labor rate for removal of damaged plant materials and accident debris, equipment to cleanup site from traffic accident, hauling disposed debris and materials to a disposal site, blowing mulch from roadway and hardscapes surfaces, re-installing non-damaged plant materials that have a viable life, and arranging the other disturbed materials to the correct landscape design.). 16.A.8.f Packet Pg. 296 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) PS: Barbara Lance PM: Melissa Pearson Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total YES YES YES YES NO YES YES YES YES YES YES YES NO YES YES YES YES YES YES YES YES Insurance and Bonding Requirements E-Verify Pesticide License Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. Form 5: Immigration Affidavit Certification Form 6: Vendor Substitute W – 9 Form 7: Vendor Submittal – Local Vendor Preference Affidavit Form 4: Vendor Declaration Statement Required Forms Maintenance of Traffic Certificate, Intermediate Level, with three (3) years experience Equipment List: Provide a list of all company-owned and leased equipment for this contract. Experience: Provide a brief description describing a minimum three (3) years experience that is relevant and similar to the Scope of Work and specifications. Irrigation list of projects showing three (3) years' experience with Motorola Irrigation Control Systems or equivalent smart controller systems. References: Include three (3) governmental or commercial references relevant to the services listed in the specifications Green Industries, Best Management Practices, Certificate (or must be obtained within 6 months) Form 2: Vendor Check List Form 3: Conflict of Interest Affidavit Pesticide Employee Identification Card for non-certified employees OR a listing of employees’ names and their issued ID card numbers that will perform pest control for a licensed company. Each ID card must be an employee of the licensed company and work under the direct supervision of the certified operator in charge. Chapter, 482.091 F.S. International Society of Arborists (ISA) certification Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S. 16.A.8.f Packet Pg. 297 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) lrrigation Experience: While Mainscape does not have specific experience with Motorola lCS, our team is familiar with the system and has vast experience with other site control systems. Toro SitePro- 3 years in Solivita- Kissimmee FL- responsible for all aspects of programming - initiated a reprogramming event to properly build the flow trees for proper operation after many years of incorrect information being recorded. Rainbird Site Control- 4 years- South Shore Falls- Riverview FL- responsible for all aspects of programming and managing the system Rainbird Site Control- 4 years- First Baptist Church- Naples FL- took system that was not being operated properly and brought it online and installed correct map in Site Control for valve locations Toro Sitepro- 7 years- Gateway CDD-FI. Myers FL- current contact that was SitePro and is in the process of a Baseline 3200 Basemanager system being facilitated by Mainscape. Toro sentinel- 3 years and counting- Riverstone- Naples FL-current contract that we are responsible for all programming water management Rainbird Site Control- Cumulus- Vanderbilt Country Club- Naples FL- golf course gave Mainscape old golf system and Mainscape has managed this system for the past 2.5 year. This is an old system that is constantly needing repair of communication wire path and satellites. Baseline Basemanager- 6 years and counting- Heritage Oak Park- Port Charlotte FL- Mainscape installed a Baseline 3200 Basemanager control system with flow sensors and soil moistures and have been managing this system for the past 6 years. Maintenance Experience: Mainscape has been operating in commercial landscape since 1985. Our clients range from EIi Lilly to Fort Hood in Texas. We currently operate on multiple military bases and pharmaceutical manufacturers, which requires the utmost in safety management. Currently, our Iargest local governmental client is Gateway CDD in Fort Myers. Servicing this ciient for over 10 years, Mainscape has maintained their ROWs, provided landscape installation services and improved the irrigation systems efficiency and effectiveness. References: Customer Agency Name: Contact Name: Title: Phone Number: Gateway CDD/Stoneybrook CDD Elle Harris Manager 239.898.6312 16.A.8.f Packet Pg. 298 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Contract Length: 10 years Value: 5800,000/5100,000 Type: Community Development District Customer Agency Name: Workspace Contact Name: Lori Hardin Title: General Manager Phone Number: 813.889.3713 Contract Length: 9 years Value: 5250,000 Type: Commercial Portfolio Customer Agency Name: Winn Residential Military Housing Services Contact Name: Martin McNeil Title: Vice President Facilities Phone Number: 615.447.t34O Value: $16.7 million Type: Military/Government Customer Agency Name: Eli Lilly & Co. Contact Name: Rich Garrison Title: Supplier Relationshlp Manager Phone Number: 800.545.5979 Contract Length: 5 years Value: 53 Million Type: Commercial Campus 16.A.8.f Packet Pg. 299 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Collier Countv Solicitation #19-7662 Mainscape is able to acquire certification(s) in lnternational Society of Arborists prior to award. Employee training is currently underway and/or employee will be on boarded with appropriate certification and experience. Brandon Whaley Account Executive 16.A.8.f Packet Pg. 300 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) u1',:11,',A''/ /],, ''t''il" k'. I 'r't , " rf 49142 MAINSCAPE, INC monthly cost of equipment FYE. 1213112019 Mth: 313112019 d 126s 405 751-4 502 1885 538 1887 s33 1639 2796 2207 2!16 2568 2665 R2-t4 2705 2990 2993 2994 2996 3729 3130 3t37 3216 3344 3599 3763 3909 39r.0 1304 2to7 Mtoz 2473 3641 3933 Location: Naples north tz76 443 L41,4 520 2067 555 t Asset Truck# Property Description Acquired Memo 1 Location: Naples east Date hunt bo 07 chevy 2500 125975 12/01/09 2010 GMC STERRA 267763 7/23/LO 2011 GMC S|ERRA3SOO 240772 6/3O/1L 2011 GMC S|ERRA25OO !3a426 6/30/17 nat city bo ingersol rand laoder L2757 L2/O7 /70 JDGATOR1M04X2SJLCM080503 L7/O3/12 AVE MARIA GAS TANK 72/07/12 exmark turftracet 36" 313629077 4/oL/13 jdgatorLM0550FBCCM013423 tO/O9/13 EXMARK 60" 314608867 7/24/74 jd propane mowers ITC652RKTDTO].O'. 3/2O/74 52" JD 1TC652RKCFT035007 3/3Llt5 s2" JD 1TC652RKVFT035016 3/3t/15 s2" JD 1TC652RKVDT020190 3/37/15 61" JD 1TC661RMJDT020020 3/3th5 walk behind cage 7L76O66 9/14/15 walk behind cage 7175963 9/t4/15 ave maria CCTV system 1OlO1,/15 belt grinder L2/L5/75 13 HP BLOWER 100515259 7/O6/L6 61" BOBCAT 91261000617 6/06/17 vantage 52" 402330435 6/t2/t8 36" wRrGHr STANDER 109841YA 7./2O/t9 72" WRiGHT STANDER 113741RS 2/ZO/79 M&t 08 CARGO 24'TRA|LER 024611 3/16/10 EXPRESS 24,TRAILER OOO3O3 8/OI/72 24',TRATLER 000309 5/1s/t4 2017 BrG TEX 5075040 7/tt/77 6X12 UTtL|TY TRATLER 1037605 3/Ot/19 1GCHC29U97E125975 7GT5CZBG2AZ267763 1GD4LZCG5BF240712 1GT11ZCG0BF138426 propane 4D6EB24278AO246TL 5G18E2429CC000303 sGLBE2426EC000309 16VDX1429H5075040 57BAG6121K1037605 M&l 2009 GMC Sierra 150 t55776 2011 GMC STERRA 3500 197537 2012 GMC STERRA 3500 252186 7/29 / 10 1.GT EC79O29275577 6 4 /O1./ 1.1 1.GD472CG7 AF797 537 6 I 01/ L2 1GD4L2CG6BF252186 16.A.8.f Packet Pg. 301 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 2068 554 2391 1327 2476 73sO 2440 7337 2443 L336 2577 A9 2579 1,41-0 2583 74-15 2976 t4-57 2927 t4-58 2433 2657 2678 2704 2707 2714 2715 2717 2723 2869 2875 299s 3135 3136 3183 33L7 3328 3363 357? 358s 3710 17t7 37L8 3779 3720 3727 3972 589 M37 737 LM21 1992 2376 2377 2610 M112 3034 6/o1./12 5/01/73 s/Ls/73 7/07/13 7 /Ot/t3 Lo/Is/73 tol75/73 71/ot/L3 6/23/1.4 7/24/74 6/2slL3 7/!7 /74 2hsh4 3/20/1.4 3/20/14 3/06/14 3/06/14 3/06/1.4 3/27/1.4 s/07/74 s/2eh4 3/31./7s 10/01./ts lo/oL/7s lOlOs/15 s/t8/76 6/oL/1.6 8/26/16 s/08/17 s/2slt7 4/03/18 4/03/18 4/LO/78 4ho/!8 4/Lohg 4/to/18 2/20/te 72/37/Os 4/07/07 2/24/L2 s/31h3 s/o7/13 LL/0L/L3 4/oL/7s 2012 GMC STERRA 2s00 L94948 2013 CHEVY SrLV 194737 2013 cehvy 3500 151782 2013 GMC STERRA 24232 2013 GMC STERRA 113458 2006 CHEVY SILVERADO 2A727O 2014 GMC STERRA 3500 141718 2014 GMC STERRA 3500 159091 2006 cHEVY 1500 27969s 2006 cHEVY 1500 6498s tower rd fence EXMARK 36" 3L460L497 JD GATOR 1MOs5OFBKCMO2O179 jd propane mowers 1TC652RKLDTo10t jd propane mowers 1TC552RKKDTo10 EMARK 314616379 EMARK 314616380 EMARK 314608871 jd mower 160624 trac vac system EXMARK 60; 3L4616397 61" JD 1TC661RM HDT020011 walk behind cage bonita CCTVsystem JD 6L" 1TC661RMKFT035165 JD 61" 1TC661RMCGT040080 JD 61" 1TC661RMAGT040129 20 gal air compressor ensine for 1TC652RKKDT010660 FX7: VANTAGE 60 400861678 35" bobcat 91236000338 36" bobcat 91236000583 exmark 52" 402330433 exmark 52" 402959667 exmark 52" 402959668 exmark 52" 402959664 STARTS 60" 404s07393 2OO5 QUALIFIER TRAILER #51615 2005 cargo mate 51437 zOtZ catgo mate 16995 express trailer 24' utility trailer 1-6' l9tS4tz 20L4 22', EXPRESS 00007 express 24 trailer 000169 7G177ZCGOCFL9494a 1GC1CVCG3DF194737 1G D412CG6DF151782 lGD372CG3DF224232 1GD412CG5DF1134s8 tGcEc14Z36Z287270 1GD412CG0EF141718 1GT412CG0EF1s9091 1,GCEC74W6Z27969s LGCEC19T56E164985 PROPANE propane propane propane propane 5 NHU 1F2255N05161s 5NHUCM6265N051437 5NHULFV2OCU216995 578WG7163D1018412 5G18E2228EC000007 5G18E2423FC000169 16.A.8.f Packet Pg. 302 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Location: Naples south 1160 440 1353 452 1374 453 1386 448 L57 4 577 1886 s3s 2054 543 3508 1705 920 2084 2213 2702 2724 2729 2823 2877 2984 2989 2997 3r24 3151 3154 3155 3155 3347 3355 3355 3357 3770 3850 3913 974 M51 1182 TR21 1183 TR03 1184 TR17 1483 M50 1641 1542 TR23 1543 !725 M-72 1854 2020 3110 3150 2009 isuzu 14 dump 800009 M&I 10 GMC SIERRA227A79 huntington 2010 GMC sierra 198798 huntington 2010 GMC sierra 189762 09 ISUZU DUMP 801366 2011 GMC SrERRA3s00 225529 20L2 CHEW 3500 Ls544? 2017 CHEVY SILVERADO 31369 jd gator 42030225 exmark vantage 36" 312603852 HYDAULIC KIT .id propane mowers 1TC652RKVDT010 jd mower 160525 jd GATOR 1M0550F8EDM021103 JD MOWER ],0019 EXMARK 60; 314616392 52" JD 1TC6s2RKKETO25Oo1 JD XUV 1M0550FBVDMO22438 51" JD 1TC551RMJDT020003 2015 JD 661R 1TC661RMHDTo10546 JD PROPANE 2960 lTC960MCHFTO4OC JD PROPANE 652 1TC652RKPFTO3541: JD GATOR 550 lMO55OFBHGMOSOO4C JD GATOR 550 1MO55OFBKFMO4O2O9 13HP BLOWER BPO547 jd 635 1TC636MGJFT035482 jd 636 1TC635MGHGT040187 jd 648 1TC648RAHDTo10289 exmark 48" 3L46L4f40 STARtS 20.5 404507318 STARtS 60" 404507374 2OO9 CARGO CRAFT TRAILER 24753 Nat City 2Tr21 1999 Express 15'Enclo Nat City 2Tr03 1992 Cherokee 18'Flat Nat City 2Tr17 1998 Express 16'Encl ( key 5 bo 07 qualifier N059704 nat city bo 01 rorye flat bed 56092 nat city bo 05 15' cherokee 003451 nat city bo 06 15' express 01039 2011express traile r 000172 2011 EXPRESS 20' 000217 2012 TROPTC TR 984762 16ft trailer 1022469 TRAILER 22470 4KLC4J 1Ns9J800009 7GT5CZBG8AZ227879 1GTPCTEX2AZ198798 \gt5czbg4azt89762 4KLC4J 1N 19J801365 1GD41,2CG78F225529 LGB CZCGXCF755442 1GC1CU EG8H F131369 1TC661RM KDTO1OO19 PROPANE propane 4D6E8242884O24763 1E9ES1628XC103463 J2072 1E9ES2023WC103258 5NHULFZ277N059704 1R9PF18221M356092 4RMES14285F003461 sG 18Er.6276C001039 5G:5E24208C00017 2 5GIBE2427 BCO00217 1T98U1829CS984762 s7BSG7166F1022469 57 BSG71-62F7022470 8/1o/09 4/OLltO 4l2e/LO 4/oL/LO ].0129/tO 6/30/Lt 4/07/72 4/07/t7 71/72108 7 /06/L2 2/2s/t3 3/20/14 3/21/t4 3/2Lh4 4lt6l14 5/2eh4 3l3t/15 3l3t/Ls 3/3t/ls 7 lo7 /75 70/Ot/t3 70107/t5 to/07/15 to/07/7s 7 /29/1.6 8/oL/16 8/oL/76 8/oLlt6 6/73/18 p/3L/18 2/20/19 3/t8/09 71/23/o9 71./23109 t7/23/09 6/07/to 7z/o7 /ro 12/07lto 12/07 /10 3/30/Ll s/27/n 3/30/12 6/?3/7s 70/oL/15 16.A.8.f Packet Pg. 303 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Location: SFF 1512 503 1815 518 1884 540 2357 1308 2390 132L 2934 !4-56 3039 3s86 540 r371 1845 1904 7923 193s 1980 t9a4 1985 2086 2189 22t2 G-78 2236 G-79 2260 2551 2552 2555 2658 2728 2az5 2882 2844 2950 2962 2988 3003 3019 3134 3252 3290 3291, 3701, 3877 3879 3882 2010 GMC SIERRA 262174 2011 GMC STERRA 2500 137311 2011 GMC SrERRA3500 225902 2013 GMC 2s00HD 1-93408 2013 GMC SIERRA 109713 2015 GMC 3500 1s3s19 2015 GMC 3500 69299 TRANSMISSION TRUCK 540 HUNTINGTON JD GATOR 51870 VORTEX TR 2011 z-M AX 7M-201,1-730 Z-SPRAY JR JR36.2011-071 2011 JD GATOR M061848 2Ol2 z max ZM-2012-O2O 50 GAL SPRAYER OOO172 1OO GAL SPRAYER OOO130 hurrican blo-vac 0912710 fork lift 2N433535 JD ts gator 080783 JOHN DEERE GATOR 80782 zmax zm-2013-tl7 z MAX ZM-2014-003 z MAX ZM-2014-005 YALE GLCO4O FORK LIFT N433535 aMAX 7M2074-747 jd GATOR 1M04X2SJ tEM090614 VORTEX SPREADER ZMAJ- ZM-ZOT4-4TO ZSPRAY JR ZJ36-2014-156 vortex TR ttruck 441 aluminum bed JD GATOR 1MO4X2SJHEM092431 JD GATOR 1MO4X2SJPEMO92242 30 gal z spray 255260-20L5-284 z-max 2s5260-2015-592 aetator 3L6629276 zMAX 2S5260-2016-356 zMN<255260-2016-404 20' coNTAINER WO640936 ZMAX REFU RB ZM2O74-OO3 ZMAX REFURB ZM2076-404 aerator 403384466 7 /23/70 4/o7/11 6/30/71 3/27/L3 5/01/13 9/Ot/L4 4loLlts s/02/t7 4l07/70 4l30/LL 7 /30/1.1. 8/22/71 el28/7r 1./23/12 2/o7 / 12 zlou12 7 /ot/ 12 17/Os/72 2/08/t3 3 /O1./13 3/25/13 LO/75/73 Lohs/73 70/ot/73 L/08/14 3/21/74 4/o7/14 s/ot/t4 5/01/74 2/24/Ls 3/04/7s 3/31/7s 3/31/15 4/o8/Is 70/72/7s 3/o7 /76 4/?o/76 4/lO/1.6 4/04/t8 1./31./19 L/31/1e 2/06/1e 1,GI5CZBG2M262174 tGrzlZCGlBZ73731t 1GD412CG3BF22s902 1Gr2\ZCG1DZ793408 1GD312CG3DF109713 1G D411CG5 F F 153 519 1GD411CG4FF569299 M04X2XD051870 1M04X2SJVBM061848 G2Y184C000130 1M04X2SJ PCM080783 1M04X2SJTCM080782 Model #:GCO4oADJUAV085 bed care 16.A.8.f Packet Pg. 304 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Location: SFI tt79 441 1277 444 !346 445 1348 446 1543 456 1573 510 t6L4 429 1659 512 7422 522 1888 534 1890 535 1903 528 2584 14L8 3890 3893 3934 3935 tz98 1995 M78 2LO6 2859 M120 3036 3037 2585 2832 2433 3070 3071, 3096 3170 3256 3 258 2063 2194 2795 2530 2532 2956 2961 3000 3002 3057 1417 74-34 L4-33 L5-09 15-10 15-77 15-34 16-09 16-O7 c-81 c-83 2lt8/19 2/rslt9 t/78/19 3/L8/19 3he/to 2/29/12 8/07/12 4l04/74 4/ot/ts 4/07/75 Lo/L2/09 L/2s/to 3lovlo 3/ot/10 8/30/la 70/29/Lo Lr/29/LO 1/26/tt 4l07lLl 6/30/Lt 6/3a/77 6lot/Lt ttloLlL3 ].L/Ot/73 4lot/14 4/o\h4 5/O1/15 s/oL/15 6/oL/Ls lr/07/15 4/08/16 4/7u16 s/70/12 L!/03/t2 tt/03/12 LO/Ot/13 10lou73 3/oL/75 3/O3/ts 3l3Ll7s 3/31.hs 4/30/ts JD GATOR 1MO4X2XDEKM141160 LESCO sOGAL SPRAY 14358-081879 z SPRAY Z MAX 404856373 Z SPRAY Z MAX 404866374 M&l 10 express trailer C000174 2OL2 car$a mate 16997 EXPRESS 22' TRAILER OOO3O4 24' TRAILER OOO237 express 24 trailer 000171 express 24 trailer 000172 2009 GMC Sierra 75O 2LO57O M&l 2008 GMC STERRA 172043 M&I 10 GMC SIERRA 175706 M&I 10 GMC SAVANA CARGO VAN 12' 2010 GMC sierra 31823 10 GMC SIERRA 188577 hunt bo 07 chevy silv 65640 2011 GMC canyon 111463 2011 GMC STERRA 1500 169449 2011 GMC CANYON 134689 2011 GMC CANYON 109475 2011 gmc canyon 115811 2014 GMC SAVANA VAN 100518 2014 GMC SAVANA VAN 1O1OO5 2014 GMC SAVANNA 37035 2014 GMC SAVANNA 144150 2014 chevy express 03694 2014 chevy express 64541 2014 CHEVY EXPRESS 109503 2015 CHEVY EXPRESS 40905 2016 GMC CARGO VAN 217988 2015 GMC STERRA 1500 109935 GPS tracking system JD GATOR 1MO4X2SJCCMO8O531 JD GATOR 1MO4X2SJJCMO8O53O 1999 suzu ki db52t-13?Ztt 2000 suzuki db52t-231551 trencher 1VR9071R3d1001575 aluminum topper for truck JD GATOR 1MO4X2SJEEMOg2432 JD GATOR 1MO4X2SJPEMO9234O 1999 mitsubishi 1272 5G 18E2426AC000174 5 NHU 1FV24CU216997 5G 18E2023CC000304 5G 18E2427EC000237 5GLBE242LFCOOOL7 1- 5G18E2026FCo00172 1GTECT4XO9Z?IOS70 1GDJC34618E172043 1GTSCTEX7AZ175706 1GTUGADX2A1.127323 1GTPCTEXXAZ231823 1GTSCTEX3AZ188677 1GCHC29U27E165640 1GTC5tF9988111463 1GTR1TEX8BZ169449 1GTC51F9788134589 1GTC5LF96B810947s 1GrE51F9388115811 1GTW7FCA6E1100618 1GTW7FCAOE11O1OO5 1GTW7FCA2E1137035 1GTW7FCA4E1144150 1GCWGFFAXE11O3694 1GCWGFFA4E1164541 1GCWGFFA7E11O95O3 1GCWGFCF0F1240905 1GTW7AFF3G1217988 3GTP1VEC6FG109935 16.A.8.f Packet Pg. 305 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 306s 3293 3298 3323 3668 3702 3716 3736 3744 3861 3880 3881 3889 3916 2607 rB54 3035 3104 3883 JDGATOR1M04X2XDLFM101633 4/30/ts tool box for unit 16-07 4/78ho BED L|NER sloSlto irrigation van shelving 5/04/fo 20'storage container 9/29/77 20' coNTAtNER W3194Z22OOOOO2O45 4/0s/ t8 trench box 4/L5/18 truck 444 IRRIGATION TRUCK BED 4/25/t8 truck 444 pipe rack 5/76h8 JD TX GATOR 1M04X2XDJKM1408s6 tlL5/t9 2019 vermeer vibratory plow 4815OOC UO7lLg 20'storage connex 2/04/79 JDGATOR1M04X2XDCKM140678 2lO8/19 FUlr PORTAFLOW N8i1187T 2/261t9 2014 UT|L|TY TRA|LER 19745 tt/O!l3 57BA66L29ELO79745 express 24 trailer 000170 4/OU75 S3LBE2O22FCOOO!7O 12'TRATLER 23116 6/1sl1s 57 BAG E5I4F!O?3L!6 20'titl deck 070287 ?/ot/19 76vFx2o2OK2O7O287 Location: SOUTH FLORIDA INSTAIL 528 92 5/3 o4chevTrk 11760 6/OL/O4 1SBE4CL294F51776O 804 439 or 904 07 chevy 2500 517391 7 /OL/O7 1GCHC29K67E5L739L LoAG L7-7 hunt b.o. Chevy Ext Cab Silverado LT1 6/22/09 LGCHC29D06E250510 1692 515 2011 GMCsierra 156471 SlOLl7t 76D412C67BFL5647! 1815 519 2011 GMCS|ERRA2500 137490 4/O1/tL 7GT21ZCGOBZ73749O 2393 L324 2013 GMC STERRA 113853 5/OUL3 tcD4t2CG0DF1138s3 2s89 1413 2014 GMC STERRA 3s00 139682 LUOL/!3 1GD412CG6EF139682 L637 nat city bo JD swinger articu loader 15 72/07 hO 2522 dyna digger 9/23/73 2766 KUBOTA WHEEL LOADER 21280 3h7/t4 2949 kubota wheel loader 21849 zlLo/ts 3043 root rake skidsteer /20/t53087 sod cutter 5/27/75 3221 dump body bed jch12115 12/Ol/L5 3250 sod cutter 54495405465 3/L5/16 3800 HTTAHCT LOADER ZW50-015230 9/281t8 1O2L 18'EQU|P TRATLER 18150 s/O1/09 4Y3VC18208S018150 1125 D-1 nat city b.o.2006 Lippert 5754 7 /22./09 5GODU122XSYOO5764 1260 hunt bo 07 PJ Dump Trailer 90270 72/O1./Og 4P5D6L2267LO9O?7O 1389 TRM55 huntington 24' trailer 000195 4/Of/LO 5GL8E2423AC000195 1479 M49 key5 bo07 qualifier N059703 6/01/10 5NHULFZ257NO597O3 3799 big tex dump trailer 50454 9128/18 LOVDX1426K3050454 3903 2019 BtG TEX DUMP TR 91997 2/2t/t9 L6VDX!427K3091997 3904 2019 DTAMOND C 210015 Z/2UL9 46VFU2476KL27OO75 16.A.8.f Packet Pg. 306 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 2019 FOREIGN PROFIT GORPORATION ANNUAL REPORT DOCUMENT# F05000007055 Entity Name: MAINSCAPE, lNC. Current Principal Place of Business: 13418 BRITTON PARK ROAD FISHERS, IN 46038 Current Mailing Addrcss: 13418 BRITTON PARK ROAD FISHERS, IN 46038 FEI Number: 35-'1633580 Namc and Address of Current Registered Agent: GARNER, LOREN 3O8O RAVENNA AVENUE NAPLES. FL 34120 US Iitie CFO Name TORRANCE, BRUCE AddTess 13418 BRITTON PARK ROAD City-State-Zip: FISHERS lN 46038 FILED Jun 13,2019 Secretary of State 38109361't2CC 06t1312019 Certificate of Status Desired: No The above namecl entity subnits ttb slatenent lor the putqse of chatgihg its regislercd office ot registered agent, or both, in the State d Floida. SIGNATURE: LOREN GARNER O6t1At2O19 Electronic Signature of Registered Agent Otticer/Directo r Detail : Title P Name FORSYTHE, MARK AddTess 13418 BRITION PARK ROAD City-Siate-Zip: FISHERS lN 46038 @lh; lhat Ian an offe. atdiectot aflhecoraflian arthe eceivetat lrstee enpaqerdtoexe te this rpad as equird by Chaptet 647, Handa Statutes: and that ny nane appea.s above, ot an an atlachnent wik all othet like ehpiweGd. SIGNATURE: BRUCE H TORRANCE Electronic Signaturc of Signing Offi cer/Directgr Detail cFo Date 16.A.8.f Packet Pg. 307 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) cou.tER9ouirryTAxcoLr.EcToR.2800,HoftsEsHoEoRrvE.llAPLEstLoRrDA34104'(239)252.24??VISIT OUR WEBSITE AT: v{w$r.colllodrLcomTHIS RECEPT EXPIRES SEPTEMBER 30, 2O2OCOLLIER COUNTY BUSINESS TAXBUSINESS TAX1IUMBER i 112A40OISPLAY AI PLACE OF EUSINESSFOR PUBLIC INSPECTION,FAITURE TO DO SO IS CONTMRY TO LOCAL IAWS.MAINSCAPE, INCLOREN L,RAAVEFL 34120.THIS IAX IS NON.REFUNOASI,E-LocATloN: 3080 RAVENNA AVEZoNED: COMM-AGRBUSINESS PHol{E: 239-597'81 38STAIE oR COUNTY Uc #r C30470-02964,I.50 EMPLOYEES NO FERTILIZINGcLAsSltlCATlON: LANDSCAPINGCIASSIFIGATIoN coDE: 021 02601Thls documont is a buslness tax only. This is not cerlilicafun lhatIt d0es not permit the licenses to violale any extlllg rEulalory zoningnor doss it €xempl lhs licgn66e from any olhel laxo8 or permits that may boOATEAMOUNlRECEIPT08115t2019. 110.00vwvw-20-00092025dwryffi, ffi*.*r16.A.8.fPacket Pg. 308Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance- COLLIER COUNry CERTIFTCATE OF COMPETENCY C ERTI FICATIO N IN FORMATION C36470 Certifi cation lnformation Collier County Board of County Commi$sioners DBA: MAINSCAPE, INC ADDRESS: 3O8O RAVENNA AVE NAPLES, FL 34120 PHONE: 2392299940 CELL: FAX: LiCENSEE NBR: C36470 QUALIFIER: GARNER, LOREN L. ryPE: LANDSCAPING RESTRICTEDCONTR. CLASS CODE: 4235 ISSUANCENBR: 201200000296 Date: March 19,2019 EXPIRATION: September 30, 2019 INSURANCE: Worker's Comp€nsation October 01, 2019 General Liability October 01, 2019 ORIG ISSD: _- March 19,20'19 NOTE: lt is the Qualifier's responslbllity to keep all business, llcenslng and requirements current and to provide up to date copies for Collier county files. This includes all insurance certificates and any change of address information' cofliea County * Clty of l,lenco i clty of N.ples contractor Licehsing :,:'-.:'L LIiIDS6APiNG R SSTRICTEO CO!{TR, cert Nbi:' :.-.: | :r:-.e..xP;: "''1 .-, . ,- stetusr C3647O.:,, - .-.t "i- a. ti.dg't ?b+ZO1gr'r" l'j-Activeir*r*t ttf'.-- '" -:1 --. ...--.,.-*<=,-, NAPLEST FI', : -ii:-rl'lt,i.:? j :' ;;,: :j,,i3;. ji: 16.A.8.f Packet Pg. 309 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Ron DeSantis, Governorgf,.EHE#ffi.-?_Jr+1rlE+iI J.l.:a.l- * trbl:'lEI[.84*18GODDARD, GREGORY MARSHALLMAINSCAPE,INC.13418 BRITTON PARK RDFTSHERS rN 46038EXPIRATION DATE: AUGUST 31,2020Always verify licenses online at MyFloridaLicense.com_ Do not altei this document in any form.This is your license. lt is unlawful for anyone other than the licensee to use this document.r-rarseY Beshears' se"**' d $m $.u nSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE IRRIGATION SPECIALTY CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTES16.A.8.fPacket Pg. 310Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance- Collier Countv Solicitation #19-7562Pesticide Employee ldentification Card for non-certified employees OR a listing of employees'names and their issued ID card numbers that will perform pest control for a licensed company.Each lD card must be an employee of the licensed company and work under the directsupervision of the certified operator in charge. Chapter, 482.091 F.S.Lawn Nutrient TeamMarcelino Guzman- 1F281685 Exp 2/15/2023Carlos Vasquez- 1F280256 Exp 1,/7 /2023Victor Sanchez- LF2799O9 Exp 1ZlL8l2O22Pedro Mata- LF257225 Exp 3/27 /2O2ITree & Shrub Nutrient TeamHugo Sanchez- LF239643 Exp 1,7/1712019Andres Guzman- LF757224 Exp 3/27/2021IPM Team MembersJeffery Davis-Olander- JE269866 Exp t2/ 3U 2O79Christian Buckle- JE172554 Exp 12/31,12019Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S.1F279t47Green lndustries, Best Management Practices, Certificate (or must be obtained within 5monthslFP13-1544-BOSStaff lnstructor: Robe* B. Whaley GV28130-116.A.8.fPacket Pg. 311Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) IiSTATE OF FTOnIDAD0$fimrnt d flgricultun nrt Orrdrm8r S,Oi&dDUREAA OI' LICENSINC AND ENTORCEMENTDal6Jdy5,2019Filc No$fi26,9'Expi esJutre 1. 2(n0'ttrE cERTtr.TaD pEsr coNTBoL opERATon Nlvft,o gerow HasRBGISTERED UNDER TI-IE PROVISIONS OF CIIAPIER 482 FOR IHEPERIOD EXPIRING: Jutre 1, 2020.IAY RICI{ARD ARTHIJRS1407 ROOSTVELT AVELEHICII ACRES, TL $972nrdl,*u-,1McoLE.NrK(r rdrm. conorrssroNERLofll| and Ornimoltil?rI16.A.8.fPacket Pg. 312Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance- STATD OF FLORIDAEtp tm0nt 0t ggrh ltuft Br! Condu$rlr $nb{&dBUREAU OT LICENSINC AND ENIIORCEMENTDarc Filc No-NoY€olr6r8,4l8 JBI47S35BxpircsDe.tBbcr 31, 201,TIIE PEST CON"ROL COMPANY rIRM NAMED BELOW 1IASRECISIERED I'NDBR I1IB PR.OUSIONS OF CHAPTER 482 FOR THEPERIOD EXPIRING: December 31, 20193O8O RAVENNA WAYNAPLFS, FL 34120MAINSCAPE INC3O8O RAVENNA WAYNAPLE.S, FL 34120ATLorvtr Bnd OanarEenlsl{2d.*ADAM H, PUINAM. @MMISSIONERSTATE OF FLORIDADe$ttmd( 0t g$k[[tu!e dtl! 60 [Ut{ SlttjlluBUREAU OF LICENS'NO AND ENFORCEMENTMAINSCAPE INC3O8O RAVBNNA WAYPEST CONIf,OL COIfANY rIRMJ8147535HASPAIDTIIE FMRAQIIRED BYc'l PTER4E2TON1UBPERIODBXPnING DceDhcr 31, 2019z"a-e&c(x,rMrsllorERSiSnatureBUREAU OF LICENS]NO & BNFORCEMFNT3I25MNNER BLVD, BLDG, 8I'ALI-AHASSEE TLORIDA 3239]1650STAIE OT FLORIDAE0lartlllr$t 0t gg n{turr ar! doltgumir SerUc,,EUREAU OT I.ICEIIsING AND BNFOECDMENT1IIB ID CARD IIOLDER NAMED BELOW IIAS RBOISTERBD T'NDERTIIE PROVISIONS OI] C}IAPTER 482 FOR I1IB PBRIOD E)OIRING:AT,, Certlflcd OperstorDate File No.Deeamher U,2-018 JEl426l4Doccmber 31, 2019MAINSCATE INCNAPLES. FL ]4120JAY RICIIARD ARTHI]RSMAINSCAIE INC3O8O MVENNA WAYNAPI,ES. FL 34120-U*c4*ADAM H. PUTNAIII- COMMISSIONBRBxpnosDstemblr3l,2019STATD Of TLORIDADeDlrtmatt ot ggrirult$rs fi$ CoMufi't Srtld(cdBI]REAU OT LICENSING AND TNFORMMETYIDltsD..cirbar 7, 2c10Fil6 No.J8112614ExllrcsIreaaDbcr 31" 2{t9THE ID CARD HOLDERNAMED BELOW HAS RBCISTERED TINDERTTIE PROVTSIONS OF CHAPTtsR 462 FOR THE PBRIOD DQIRING:Decenber 31,2019 ATMAII'iSCA.PB D.TCNAPLES, FL ]4IU)JAY f,rcHAxD ARTTIIRS RegularMAINSCIPE INC3OSOXAVEMA WAYNA?LBS, FL 34120./.-\{?P^-/&*ADAM }L PUINAI4 COMIVISSIONBR?r:16.A.8.fPacket Pg. 313Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance- Russell D. NunanHas Completed a Florida Department of TransportationApproved Maintenance of Traffic (MOT) lntermediateCourse.05i 12120'19153David MlllqrExpiration DateFDOT Provider #Cortificate #Mainscape13418 Britton Palk Rd. Fishers, lN 46038Fort [4y€rs, FLwww.mainscape,comdmiller@mainscape.comFDON-.ffi* ')/For more information about Maintenanceof Traffic (MOT) or to verify thiswww.moladmin.comCertificate of Completion16.A.8.fPacket Pg. 314Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance- Collier County Solicitaiion 19 7660 N/A Form li Vendor's Non-Response Stateme[t The sole intcnt ol the Collier Counly Prccurement Services Dir.ision is to issue solicitatiorls that are clcar, coocise and openly compctitive. Therefore. we are intercsted in asceflaining reasons lbl plospective Vendors not $ishing to lespond to this solicitation. lfyour firm is not rcsponding to this solicitation, please indicate the roason(s.)by chccking thc item(s) listcd below and retum this form via email noted on thc cover page. or mail to Colliel Count] Govemmcnt. Proculement Servioes Division. 3295 Tamiami Traii East, BLDC C-2. Naplcs, IiL 341 12. We are not rcsponding to the solicitation for the followfug reason(s): D Sen,ices requcsted .ot a,,,ailablc through our compan). n Our flrm could not meet spccificatiens/scope ofuork. D Specjficarions/scope ofwork not ciearly understood or applicablc (too vague. rigid. ctc.) t] Pro.jcct is too small- D Insulficient time allorved lbr preparation ofresponse. tr Incorrcct addrcss used- Plcase corrcct mailing address: n Other reason(s): Namc of Firm: Address: Ciry. Sta1e, Zip: Telephone: Email: Represcntative S ignature: Rcpresentatire Name:Dale 8l2At2O19 5:42 AM p. 41 16.A.8.f Packet Pg. 315 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) -- tt,L.ol.l ler 1*,ot[t'tt| qai:.lr,st, air : :ii./ aes )-.Lii|:lranl Form 2: Vendor Check List IMPORTANT: THtS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return rrith your Proposal. Vendor should check offeach ofthe followirg items as the necessary action is completed: tr The Solicitation Subminal has been signed. E The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and anached. tr All applicable foms have been signed and included, along with licenses to complete rhe requirements ofthe project. tr Any addenda have been signed and included. tr Afiidavit for Claiming Status as a Local Business, !!3pp[g4!!9. tr Division of Corporations - Florida Depaftment of State lrr![ 14\tn]Jl!i-!d!l.q9r! .r!it1!/= (lf work performed in the State). tr E-Ve rif y'lmmigration Affidavit (Memorandum of Understanding). ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: Address: CtW, State, Zip: Telephone: Email: Representative Signature: Representative Name: 4oz-;oq- osqn rA /l /q, n stuPat Jr"t i34t* R,,i {t*, ?^,L ?"t 16.A.8.f Packet Pg. 316 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) :-.-.t:i.i iei <. .-.{:',.1rl?,a '.1 ., a r ::., : t,, ).- jr:ii.a..l Form 3: Conflict of Interest Allidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one ofthe three categories below: Biased ground rules - The firrn has not set the "gound rules" for affiliated past or current Collier County project identified above (e.g,, writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor ofmy hrm. Impaired objectivity - The firm has not performed work on an affiliated past or current Collier Coun{ project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the govemment. Unequal access to information - The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or firture solicitations and contracts. lo addition to this signed affidavit, the contractor / vendor must provide the following: l. Al1 documents produced as a result olthe work completed in the past or curently being worked on for the above-mentioned proiect; and, 2. Indicate ifthe information produced was obtained as a matter of public record (in the "sunshine") or though non-public (not in the "sunshine") conversation (s), meethg(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more ofthe thee categories above be identified, may result in the disqualification tbr future solicitations affiliated with the above ref'erenced project(s). Bythe signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best oftheir knowiedge and belief. all relevant facts conceming past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. rirm: )hincraf(, f*t. Signature and Ourr, rrint tlame: ?aLtr{ B r",-r zl,ryr. t^lLla/ Title of Signatory: 16.A.8.f Packet Pg. 317 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) ....:: 'lj:,'::r {*i1.11;'1i '.'_:r. _ :.....,, .-,1_.'. Form 4: Vendor Declaration Statement BOARD OF COLTNTY COMMISSIONERS Collier County Government Complex Naples, Florida 341l2 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or anangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, ifthis solicitation submittal is accepted, to execute a Collier County document for the purpose ofestablishing a formal conftactual relationship between the hrm and Collier County, for the performance ofall requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that ifawarded o conlract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated with work that is a result ofthis awarded contract IN WITNESS WHEREOF, wE have hereunto subscribed our names on this 2Z daV of STfir-Le, .20din the County of L j*o[c, - nthe itut" of //on,'rla- t3tltS Bci*tsr. ?""t- R"t' fOf,ooooolaS{ Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only ifGrant Funded Telephone; Signature by: (Typed and written) Title: \<- t 6 3398o ?,11-'i'77-it5-; f Ll ,,7-';c,, Lr,tt', Aclo..^F Ex,,r..+ivt 16.A.8.f Packet Pg. 318 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) L Company name used Additional Contact Information SeDd payments to: (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: fli Email: Office servicing Colier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIp Telephone: Email: Zsn- {q1- qBG 16.A.8.f Packet Pg. 319 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) i..-.r-ri i jn.I i-{J I,i t ".r Form 5: Immigration Alfidavit Certification This Affidavit is required and should be signed, notarized by an authorized principat ofthe f,irm and submitted with formal solicitation submittals- Fufther, Vendors are requhed to enroll in the E-Verii, program, and provide acceptable evidence oftheir effollment, at the time ofthe submission ofthe Vendor's proposal. Accepiable evidence consists ofa copy of the properly completed E-Veri! Company Profile page or a copy ofthe fully executed E-Verifl, Memorandum of Understanding for the company. Fallure to include this Affidavit and acceotable evidence of eorollment in the E-Verift oroqram mav deem the Vendor's nrooosal as non- resnonsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation ofthe emplolmcent provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) ofthe lmmigration and Nationality Act ("INA"). Collier County may consider the emplo).rnent by any Vendor ofunauthorized aliens a violation ofSection2T4A (e) ofthe INA. Such Violation by the recipient ofthe Employment Proyisions contained in Section 2744 (e) of the iNA shall be grounds for unilateral termination ofthe contmct by Collier County. Vendor attests thal they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proofofenrollment in The Employment Eligibility Verification System (E-Vedry), operated by the Department ofHomeland Secudty in partnership with the Social Security Administration at the time ofsubmission ofthe Vendor's proposal. Tfle A:.LB \^* Efirt*.*\/. D"" qb9/t1 State of County of The signee ofthese Affidayit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy ofthis affidavit to interrogatories hereinafter made. Company Name Print Name Signature ...'EH#*7;,, :' at t, 1. i israU ! ?.. r...f'''r1..,' s 2",'m,,llll..s oL"-t 16.A.8.f Packet Pg. 320 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING A E.VERIFY EMPLOYER AGENT ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between lhe Department of Homeland Security (DHS), Mainscape. lnc. (Employer), and ERC Dataplus, hg: (E-Verify Employer Agent) regarding the Employer's and E-Verify Employer Agent's participation in the Employment Eligibility Verification Program (E-Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration ' (SSA), the Employer, and the E-Verify Employer Agent. References to the Employer include the E-Verify Employer Agent when acting on behalf of the Employer. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form l-9). For covered government contractors, E-Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracls or to verify the entire workforce if the contractor so chooses. Authority for the E-Verify program is found in Title lV, Subtitle A, of the lllegal lmm'rgration Reform and lmmigrant Responsibility Act of '1996 (llRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. S 1324a note). Aulhority for use of the E-Verifr7 program by Federal contractors and subcontractors covered by the terms of Subpart 22.'18, 'Employmenl Eligibility Veriflcation", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor with the FAR E-Veriry clause') to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to proviie the Employer (through the E-Verify Employer Ageht) with available information that will allow the Employer to confirm the accuracy of Social Security Numbers pr<lvided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide the Employer and E-Verify Employer Agent appropriate assistance with operational problems that may arise during the Employer's participation in E-Verify. SSA agrees to provide the E-Veriff Employer Agent with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. Page 1 of 15 | E-Veriry MoU ;or Employer (Clienq using a E-Verify Employor Ager{ | Revision Dale osrol/os www,dhs.gov/E-Veriry 16.A.8.f Packet Pg. 321 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) EVerif ffi Company lD Number; 42803 Client Company lD Number: 565668 3. SSA agrees to safeguard the information provided by th€ Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of E-Veri! or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. $ 552a), the Soclal Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 4- SSA agrees to provide a means of automated veriflcation that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or ientative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal covernment work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees who eontest SSA tentative noncontirmations that is designed to provide final con{irmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and non-citizens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. ln such cases, SSA will provide additional verifi cation instructions. B. RESPONSIBILITIES OF DHS Alter SSA verifies the accuracy of SSA records for employees through E-Verify, DHS agrees to provide the Employer (through the E-Verify Employer Agent) access to selected data. from DHS's database to enable the Employer (through the E-Verify Employer Agent) to conduct, to lhe exlent authorized by this MOU; . Automated veritication checks on employees by electronic means, and . Photo verification checks (when available) on employees, DHS agrees to provide to the Employer and E-Verify Employer Agent appropriate assistance wlth operational problems that may arise during the Employer's participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, tilles, addresses, and telephone numbers of DHS representatives to be contaeted during the E-Verif,/ process. DHS agrees to make available to the Employer (through the E-Verify Employer Agent), at the E-Verify Web site and on lhe E-Verify Web browser, lnstructional materials on E' Verify policies, procedures and requirements for both SSA and DHS, including , restrictions on the use of E-Verifo. DHS agrees to provide training materials on E-Verii/. DHS agrees to provide tothe Employer (through the E-Verify Employer Agent) a notice, which indicates the Employer's participation in the E-Veri{y program. DHS also agrees to provide to the Employer (through the E-Veritr/ Employer Agent) anti-discrimination Page 2 of 1 5 | E-Verify Mou for Employer lcllent) uslng a E-Vedfy Emdoyer Agrnt I Revision Date 09,Iotl09 t v! w.dhs,gorrE-Verify 1. 4. 16.A.8.f Packet Pg. 322 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) FVerif mffi Company lD Number: 42803 Client Company lD Number: 565668 notices issued by the Office of Special Counsel for lmmigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Depanment of Justice. 5. DHS agrees to issue the E-Verify Employer Agent a user identification number and password that will be used exclusively by the E-Verify Employer Agent, on behalf of the Employer, to verify information provided by employees with DHS's databases. 6. DHS agrees to safeguard the information provided to DHS by the Employer (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the verilication of employees' employment eligibility and for evaluation of the E-Verify program, ot to such other persons or entities as may be authorized by applicable law. lnformation will be used only to verify the accuracy of Soclal Security Numbers and employment eligibility, to enforce the lmmigration and Nationality Act (lNA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated veriflcaiion that is designed (in conjunction with SSA veriflcation procedures) to provide confirmation or tentative nonconlirmation of employees' employment eligibility within 3 Federal Govemment workdays of the initial inquiry. 8. DHS agrees to provide a means of secondary verilication (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non-match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility withln 10 Federal Government work days of the dale of referral to DHS, unless DHS det€rmines that more than 10 days may be necessary. ln such cases. DHS will provide additional verifi cation instructions. C, RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS (through the E-Veriry Employer Agent) in a prominent place that is cleady visible to prospective employees and all employees who are to be verified through the system. 2. The Employer agrees to provide lo the SSA and DHS the names, titles, addresses, and telephone numbers of ttte Employer representatives to be contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Veriry User Manual from the E-Verify Employer Agent. 4. The Employer agrees to comply with current Form l-9 procedures, with two exceptions: . lf an employee presents a "List B" identity document, the Employer agrees to oflly accept "List B" documents that contain a photo. (List B documents identified in I C.F.R. S 274a.2(bi(1xB)) can be presented during the Form l-9 process to establish Page 3 of 15 | E-Veri& Mou for Employer{client) using a E-Veriry EmployerAgent I Revislon Dale 0g/01/og www.dhs.gov/E-Verify 16.A.8.f Packet Pg. 323 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) EVerif ffi Company lD Numbsr: 42803 client Company lD Number: 565668 identity.) lf an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 1-888-464-4218. . If an employee presents a DHS Form l-551 (Permanent Resident Card) or Form l- 766 (Employment Aulhorization Document) to complete the Form l-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form l-9. The photocopy must be of sufficient quality to allow for verification of the photo and written information, The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non-matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form l-9. DHS may in the future designate other documents that activate lhe photo screening tool. 5, The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms l-9 that relate to its employees, or ftom other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 2748 of Lhe INA with respect to Form l-9 procedures, except for the following modmed requirements applicable by reason of the Employer's participation in E-Verifu: ('l) identity documents must have photos, as described in paragraph 4 above; (2) a rebuttable plesumption is established that the Employer has not violated section 27 A(aXl)(A) of the lmmigration and Nationality Act (lNA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in good faith compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconlirmation, and is subject to a civil money penalty between $550 and $1,100 for eech failure to notif,/ DHS of continued employment following a final nonconfirmation; (4) the Employer is subiect to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(aX1)(A) if the Employer conlinues to employ an employee after receiving a final nonconfrmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any aotion taken in good faith based on information provided through the confirmation system- DHS reserves the right to conduct Form l-9 and E-Verify system compliance inspections during the course of E- Verify, aswell as to conduct any other enforcement activity adhorized by law. 6. The Employer agrees to initiate E-Verify verification procedures (through the E-Verify Employer Agent), for nelv employees within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form l-9 have been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Veriry User Manual, or in the case of Federal contractors with the FAR E-Verily clause, the E-Verify User Manual for Federal Contraclors. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form l-9 completed. lf the automated system to be queried is temporarily unavailable, the &day time period is extended until it is again operatianal in order lo accommodate the Employefs attempting, in good faith, to make inquiries during the period of unavailability. Employers may initiate vermcation, through the E-Verify Employer Agent, by notating the Form l-9 in Gircumstances where the Page 4 of 15 | E-Veriry MOU fPr Enployer (Cllent) using a E-Veriry Employer Agenl I Revlsion Dale 09/01/00 wvrw.dhs.gov/E-V6rlfy 16.A.8.f Packet Pg. 324 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) -ffiffi,,N Company lD Number: 42803 Client Company lD Number: 565668 employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer (through the E-Veriry Employer Agent) performs an E-Verify emdoyment veriflcation query using the employee's SSN as soon as the SSN becomes available. 7. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers musl use E-Veriry (through its E-Verify Employer Agent) for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article ll.D.1.c. Except as provided in Article ll.D, the Employer will not verify selectively and will nol verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses the E- Verit/ system for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to lhis MQU. 8. The Employer (through its E-Veriry Employer Agent) agrees io follow appropriate procedures (see Article lll. below) regarding ientative nonconflrmations, including notifying employees in private of the finding and providing them written notice of lhe findings, providing wriften referral instruciions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Fudher, when employees contest a tentative nonconfirmation based upon a pholo non-match, the Employer is required to take affirmative steps (see Article lll.B. below) to contacl DHS with information necessary to resolve the challenge. 9. The Employer agrees not to take any adverse action against an employee based upon lhe emploiee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R- S 274a.1(l)) that the employee is not wo* authorized. The Employer underslands that an initial inability of the SSA or DHS automated veriflcation system to verii/ work authorization, a ientative nonconfirmation, a case in continuance (indicating the need for additional time for the govemment to resolve a case), or the finding of a photo non- match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. ln any of lhe cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's . per'ceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federql contract or other assignment, or otherwise subiecting an employee to any assumption that he or she is unauthorized to work, or otherwise mistreating an employee) until and unless secondary verification by SSA or DHS has been completed and a flnal noncanfirmation has been issued, lf.the employee does not choose to contest a tentative nonconfrmation or a photo hon-match or if a secondary verification is completed and a linal nonconfirmalion is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a flnal Page 5 of 15 | E.Verity MOU for Employer (Clhnt) using a E-Veriry EmploFr Agenl l Revision Date oP/o'i/og www.dhs.govrE-Vorify 16.A.8.f Packet Pg. 325 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Evefif q company lD Number: 42803 client Company lD Number: 565568 nonconfirmation may call E-Verify at 1-888464-4218 or OSC at 1-800-255-8155 or 1- 800-237-2515 (TDD). 10. The Employer agrees to comply with Title Vll of the Civil Rights Act of 1964 and section 2748 of the INA, as applicable, by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 27aB@l(3) ot the lNA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify excepi as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the unfair immigration-related employment practices provisions in section 2748 ot lhe INA could subject lhe Employer to civil penalties, back pay awards, and other sanctions, and violations of Title Vll could subject the Employer to back pay awards, compensatory and punitive damages. Molations of either section 2748 of the INA or Title Vll may also lead to the termination of 'rts participation in E-Verify. lf the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-25'8J55 or 1-80G237-2515 (TDD). 1 '1. The Employer agrees to record the case verification number on lhe employee's Form l-9'or to print the screen containing the case verification number and attach it to the employee's Form l-9. 12. The Ernployer agrees that it will use lhe information it receives from SSA or DHS (through the E-Verify Employer Agent) pursuant to E-Veri! and this MoU only to confirm the employmenl eligibility of employees as authorized by this MoU. The Employer agrees that it will safeguard this rnformation, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to prolect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employels responsibilities under this MOU, except for such disseminalion as may be authorized in advance by SSA or DHS for legitimate purposes. 13. The Employer. acknowledges that the information which it receives through the E-Verify Employer Agent from SSA is govemed by the Privacy Act (5 U.S.C. S 552a(ix1) and (3)) and.the Social Security Act (42 U.S.c. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject lo criminal penalties. 14. The Employer agrees io cooperate with DHS and SSA in their compliance monitoring and evaluition of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms l-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a tim€ly and accurate manner to DHS requests for information relating to their participation in E- Verify. Page 6 of 1 5 | E-Verity MOU ,or Employ€t (Client) using e E-Veriry Emdcyer Aged I Revision DEte 0g/ol0g www.dhs.govrE-Veriry 16.A.8.f Packet Pg. 326 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) .:' EVerif m.%N Company lD Number: 42E03 Cllent Gompany ID Number: 555668 D. RESPONSIBILITIES OF FEDERAL CONTRACTORS WTTH THE FAR E.VERIFY CLAUSE 1. The Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 oI the FAR it musi vedry the employment eligibility of any existing employee assigned to lhe contract and all new hires, as discussed in the Supplemental Guide for Federal Contractors- Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verif,7. a. Federal contractors with the FAR E-Verify clause agree to become familiar with and comply wiih the Federal Contractors Contractors. most and recent versions of the E-Verify User Manual for the E-Verify Supplemental Guide for Federal b. Federal contractors with the FAR E-Verify clause agree to complete a tutorial for Federal contractors with the FAR E-Veri! clause. c. Federal contractors wiih the FAR E-Verii/ clause not enrolled at the time of contract award: An Employer thal is not enrolled in E-Verjfy as a Federal contractor at the time of a contract award must enroll as a Federal contractor with the FAR E-Verify clause in E-Verify within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E-Verify to initiate veriflcation of employment eligibility of new hires of the Employer who are working in the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated wilhin 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor with ihe FAR E-Veri! clause, the Employer must initiate veritication of employees assigned to the contract within 90 calendar days from the time of . enrollment in the system and then selecting which employees will be verified in E-Verify or within 30 days ol an employee's asslgnment to the contraci, whichever date is later. d. Employer that are already enrolled in E-Verify at the tlme of a contract award but are not enrolled in the system as a Federal contractor with the FAR E-Verify clause: Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contracl award must use E-Verify to initiate verificalion of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. Employers enrolled in E-Verify as other than a Federal contractor with the FAR E-Verify clause, must update E-Veriry to indicate that they are a Federal contractor with the FAR E-Verify clause within 30 days after aSsignment to the contract. lf the Employer is enrolled in E-Verify for 90 calendar days or less at the time of conlract award, the Employer must, within 90 days of enrollment, begin to use E:Veriry to initiate verification of new hires of the contractor who ard working in the United Slates, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days Page 7 of 15 | E-Verify MOU to Employer (Clienl) using a E-Veriry Employet Agent I Revision Date 09O1/Og www.dhs.govrE-Veri[, 16.A.8.f Packet Pg. 327 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) EVeri ffiffi Company lD Numbsr: 42803 Client Company lD Number: 565668 after the date of hire. An Employer enrolled as a Federal contractor with the FAR E-Verlfy clauso in E-Veriry must initiate verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. e. lnstitutions of higher education, State, local and tribel governments and sureties: Federal contractors with the FAR E-Verify clause that are institutions of higher education (as defined ai 20 U.S.C- 1001(a)), State or local governments, governments of Federally recognized lndian tribes, or surelies performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verifo new and existing employees assigned to the Federal contract. Such Federal contractors with the FAR E- Verify clause may, however, elect to veriry all new hires, and/or all ex,sting employees hired after November 6, 1986. The provisions of Article ll, part D, paragraphs '1.a ahd 1.b of this MOU providing timeframes for initiating employment verilication of employees assigned to a contract apply to such institutions of higher education, State, local , tribal governments, and sureties. f. Verification of all employees: Upon enrollment, Employers who are Federal contractors with the FAR E-Verify clause may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only new employees and those existing employees assigned to a covered Fede€l contmct. Aiter enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E-Verify veriflcation of all existing employees within 180 days after the election. g. Form l-9 procedures for existing employees of Federal contractors with the FAR E-Verify clause: Federal contractors with the FAR E-Verify elause (through their E.Veriry Employet Agent) may choose to complete new Forms l-9 for all existing employees qlher than those that are completely exempt lrom this process. Federal contractors with the FAR E-Verify clause may also update previously completed Forms l-9 to initiate E-Verify verification of existing employees who are not completely exqmpt as long as that Form F9 is complete (including the SSN), complies with Article ll.C.4, the employee's work authorization has not expired, and the Employer has reviewed the information reflected in the Form I-9 eitier in person or in comrnunications with the employee to ensure that the employee's slated basis in section 1 of the Fotm l-9 for work authorization has not changed (inoluding, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). lf the Employer is unable to determine that the Form l-9 complies with Article ll.C,4, if the employee's basis for work aulhorization as attested in section t has exPired or changed, or lf the Form l-9 contains no SSN or is otherwise incomplete, the Employer shall complete F new l-9 consistent with Article ll-C.4, or update the previous l-9 to proyide ihe necessary information. lf section 1 of the Form l-9 is otherwise valid and up-to.date and the form otheMise complies with Article ll.C.4, but reflects documentation (such as a U.S- passport or Form I-551) that expired subsequent Page 8 of 15 | E-VeriB i[ou lor Employer (client) usirE a E-Vertry Employer Agenl I Revision Date 0U01,/09 www.dhs.gov/E-Verify 16.A.8.f Packet Pg. 328 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) EVerif ffi'ffi Company lD Number: 42803 Client Company lD Number: 565668 to completion of the Form l-9, the Employer shall not require the production of additionel documentat;on, or use the photo screening tool described in Article ll.C.4, subiect to any additional or superseding lnstructions that may be provided on this subject in the Supplemental Guide for Federal Contractors. Nothing in this section shall be construed to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize veriflcation of any existing employee by any Employer that is not a Federal contractor with the FAR E-Verify clause. 2. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, its compliance with this MoU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of informat,on relating to compliance with its veritication responsibilities under this MoU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. E. RESPONSIBILITIES OF THE E-VERIFY EMPLOYER AGENT '1. The E-Verifu Employer Agent agrees to provide to the SSA and DHS the names, titles, addresses, and ielephone numbers of ihe E-Verify Employer Agent representatives who will be accessing information under E-Verify. 2- The E-Verifi/ Employer Agent agrees to become familiar with and comply with the E- Verify User Manual and provide a copy of the manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. 3. The E-Verify Employer Agent agrees that any E-Verify Employer Agent Representative who will perJorm. employment verification queries will complete the E-Veriry Tutorial before that individual initiates any queries. a. The E-Verify ' Employer Agent agrees that all E-Veriry Employer Agent representatives will take the refresher tulorials initiated by the E-Veriry program as a condition of continued use of E-Verify, includlng any tutorials for Federal contractors if the Employer is a Federal contractor. b. Failure to complete a refresher tulorial will prevent ihe E-Verify Employer Agent and Employer from continued use of the program. 4. The E-Verify Employer Agent agrees to obtain the necessary equipment to utilize E- Verify. 5. The E-Verify Employer Agent aorees to provide the Employer with the notices described in Article ll.B.4 above. 6. The E-Verify Employer Agent agrees to initiate E-Verify procedures on behalf of the Employer in accordance with the E-Veriry Manual and E-Verify Web-Based Tutorial. The E-Verify Employer Agent will query lhe automated system using Information provided by the Employer and will immediately communicate the response baek to the Employer. lf the automated system to be queried is temporarily unavailable, the 3-day Page I of 15 | E-venfy MOU for E nfloyer (Cli€nt) using a E-vetriry Emdoyer Aged I Revision Dato 09/01/09 www.dhs,govrE-Verify 16.A.8.f Packet Pg. 329 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) HVerif ffi Company lD Numbor: 42803 Cllent Company lD Number: 56566E time period is extended until it is again operational in ordar to accommodate the E-Verify Employer Agenls attempting, in good faith, to make inqulries on behalf of the Employer during the period of unavailability. ln all cases, the E-Verify Employer Ageni will use the SSA veriflcation procedures tirst, and will use DHS verification procedures only as directed by the SSA verillcation response. 7. The E-Verify Employer Agent agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E Verifl/, including by permilting DHS and SSA, upon reasonable notice, to review Forms l-9 and other employment records and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and aecurate manner to DHS requests for information relating to their participation in E- Verify. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A, REFERRAL TO SSA 1.lf the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfl rmation. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after ihe Employer records the case veriflcation number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer (through the E-Veriry Employer Agent), will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will deiermine whether the employee contests the tehtative nonconfirmation as soon as possible after the Employer receives it- ll ihe employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a systemgenerated referral letter and instruct the omployee to visit an SSA office within I Federal Government work days. SSA will electronically transmit the result of the referral to the Employer (through the E-Verify Employer Agent) within 10 Federal Government work days ot the referral unless it determines that more than 1O days is necessary. The Employer agrees to check the E-Verify system regularly for case updates. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written veriflcation of the Social Security Number from the SSA. REFERRALTO DHS Page 10 of '15 | E-Veriry MOU for Employer (Cllent) using a E-Vefify Employer Agenl I Revislon Date 0g/0'l/09 www.dhs.govlE-Verit 4. B. 16.A.8.f Packet Pg. 330 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Company lD Number: 42803 Client Company lD Number: 565668 1.It the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. lf the Employer finds a photo non-match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non-match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether hB or she will contest the findiflg. The Employer agrees to reler individuals to DHS onty when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification proceis or when the Employer issues a tentative nonconfirmation based upon a photo non-match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. lf the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and irctruct the employee to conhct DHS through its toll-free hotline (as found on lhe referral letter) within 8 Federal Government work days. lf the employee contests a tentative nonconiirmation based upon a photo non-match, the Employer will provide the qmployee with a refenal letter to DHS. DHS will electronically tranbmit th'e result of the refenal to the Employer within 10 Federal Government work days of thp referral unless it determines that more than 1o days is necessary. The Employer agrees to check the E-Verify system regulady for case updates. The Employer agrees that. if an employee contests a tentative nonconfirmation based upon a pholo non-match, the Employer (or the E-Veriff Employer Agent) will send a copy of the employee's Fgrm l-551 or Form I-766 to DHS for rwiew by:. ,Scanning and uploading the document, or. Sending a photocopy of the document by and express mail account (pain for ,at employel expense). 7, lf the Employer. (through the E-Verifll Employer Agent) determines that there is a photo non-match when comparing the photocopied List B document described in Article ll.C.4 with the image generated: in .E-Verifi/, the Eryployer (through the E-Verify Employer Agent) must forward the employee's documentation to DHS using one of the means described in the preceding paragEph, and allow DHS to resolve the case. , ARTICLE IV SERVICE PROVTSIONS Page 11 of 15 l.E-Veriry ilou for Ernployer (Cliehu using a E-Verify Employ€tr Agent I Revision Date o9r01/0s www.dhs.gov/E-Verify 2. 4. o, 16.A.8.f Packet Pg. 331 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Company lD Number: 42803 Client Company lD Numbsr: 555668 The.ssA and DHS will not charge the Employer or the E-verify Employer Agent for verification services performed under this Mou. DHS is not responsible roiproviding tne equipment neededto make inquiries, A personal computer with lnternet access is needed to aciess the E-verify System. ARTICLE V PARTIES A. This MOU is effective upon the signature of all parties, and shall continue in effeci for as long as the SSA and DHS conduct the E-Verify program unless modmed in w ting by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice io the others. Any and all system enhancements to the E-Veri67 program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting ner/v verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that ouflihes these changes- DHS agrees to train employers on all cha ges made to E-Veriry through the use of mandatory refresher tutorials and updates to the E-Verifu User Manual, the E-Verit/ User Manual for Federal Contractors, or the E-Verify Supplementaf Guide for Federal Contractors. Even without changes to E- Vefiry, DHS reserves the right to requlre employers to take mandatory refresher tutorials. An Employer.that is a Federal contractor with the FAR E-Ve.il/ clause may terminate this MOU when the Federal conkact that requires its participation in E-Verifi7 is terminated or completed. ln such a circumstance, the Federal contractor with the FAR E-Verify clause must provide written notice to DHS. lf an Employer that is a Federal contractor with the FAR E-Verify clause fails to provide such notice, that Employer will remain a participant in the E- Veritr7 program, will remain bound by the terms of this MOU that apply to participants thal are not Federal contractors with the FAR E-Verify clause, and will be required to use the E- Verii/ procedures to verifi7 the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate aceess to E-Verify if it is deemed necessary because of the requirements of law ar policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the E-Verify Efiployer Agent.or the Employer, or a failure on the part of either to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor with the FAR E-Veriry clause, termination of ihis MOU by any party for any reason may negatively affeit.the Emplpye/s performance of its contractual responsibilities. C. Some or a,l'SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary, By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. D. Nothing in this MOU is intended, or should be construed, to create any right or bene{it, substantive or procedural, enforeeable at law by any third party against the United States, its agencies, offiqers, or employees, or against the E-Verify Employer Agent, the Employer, or their agbnts, officers, or employees. : Page 12 ;f ,5 I E-Ve ry MOU for Enployc. (ClienI) using a E Verify Employer Agent I Revision Date 09/Oll09 www.dhs.govrE-Verily EYerif ffi"ffi 16.A.8.f Packet Pg. 332 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) -@7$-w Company lD Number: 42803 Client Gompany lD Number: 565658 E. Each party shall be solely responsible for defending any claim or actlon against it arising out of or related to E-Verifi/ or this MOU, whether civil or criminal, and for any tiability wherefrom, including (but not limited to) any dispute between the E-Veriry Employer Agent or the Employer and any other person or entity regarding the applicability of Section 403(d) of llRlRA to any action taken or allegedly taken by the E-Verify Employer Agent or the Employer. F. Participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verii/ publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of lnformatioh Act (FOrA). G. The foregoing constitutes the full agreement on this subject between DHS, the Employer and the E-Verify Employer Agent. Mainscape. Inc. (Employer) hereby designates and appoints !p@Qp!E.!p (E-Verify Employer Agent), including its officers and employees, as the E-Verify Employer Agent for the purpose of carrying out ftjlainscape. lnc. (Employe0 responsibilities underthe MOU between the Employer, the E-Verify Employer Agent, and DHS. Page 13 of 15 J E-Vedt MOU for Employe. (Clienl) uslng a E-Ve.ify Emdoyer Agem I Revislon Date O9/0r/08 wurw.dhs.gov/E-Verify 16.A.8.f Packet Pg. 333 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Company lD Number: 42803 Glient Company lD Number: 565668 The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer, the E-Verify Employer Agent and DHS respectively. lf you have any questions, contact E-Veritr/ at 1-888-464-4218. Approved by: Employer ualnscape. lnc. Namo lPle&se llpe Dr lrriIl) Slgnature E-Verify Employer Ag6nt Ere_gelqplEJG Scott Kunz Nanr6 (Fleaso-rype oi Prifil) : Iitte E!9ct!9!bu-9]st-tztt-----_ oSq%gc--- Sig ature Oate Narie (Please TtF. or ftir{) slgIaturc , lnformation Requlred For the E-Verlfy E-Verify Employer Agent Program lntormation relating to your Company; C()r parly Name:M:tin$cape, lnc, Paoe 14 of l5 | E-Verit! MOu fo. Employer (Ctrnt) using a E-Verify Employer Agent I Revbion Dale 09/0'l/0O t rmw.dhs.gov/E-Verify I!h-h 16.A.8.f Packet Pg. 334 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Company lD Number: 42803 Cllent Company lD Number: 565668 Company Facility Adrtress:13418 Eriiton Park Rd. Fi:ihcrc, lN 46038 County or Parish: HAMILION Efirp,oyer !ilentif icati0r't Nt,! nller: :.tsl 63351r0 North Americarr lndustry Classitication Systems Cttde:561 Administrator: Nurnber of Employees: 5o0 to 999 Pago 15 of 15 | E Verlry MOU for E rtploye' (Clienl) using a E-Verily Employer A0ent I Re!6ion Date Og/01/00 www.dhs-govrE-Verify 16.A.8.f Packet Pg. 335 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) CollierCountv c"ft-c.,'-*,, -,-1^+_-:*,rdiit5i.,t6Sd,ic' DcAr.lr6i,.Grnd S{r,qCrdir FoEr 6: Vendor Slbstitute W - 9 Requ€st for Taxpnyer IdeDtificltion N{Eber aud Cerdficatio.l In arcodatrae with the Inte.oal Rev€truc Servicc regulatioDs, Collier Cowty is requir€d to collear the followilg hformation for tlx repofting puposes Aom individuals and companies who do busircss wilh the County {inoluding socia! security numbersif used by the indivldual or company for &x loporting purposB). Florida Statute ll9-0?1(5) requires that the counry notify you ia writing ofthe reasor for collecting this information, which will b! used for no othcl pupose than herein stated, Plelsc coltrplete all information that applies to your busiress snd retum with your quote or prcposal, 1. Geleral Inforuation (provide all iaformation) Taxpayer Na-oe MarvrS,czr f<_ llt-f , las sno n on tncome tox tetum) BusitrEss Address Ciry fralle-rs state I vtdt rt-*-tt-- 2;.\- c- 1-1- Q I ar-- Order luforbatio! (Must be lilt.d,oot) Addrcss 3 a ,C i?t,v e,1q.- 7di,' a ciry *"t FL ^p9/.llzo ReErit / P.'ueut lrfontratioE (Must'be,filleal:oEa) ear,qs l3 tTB', 1+a.. ?a.r E-Q4. City stste lN zip-Y&{238- Email SolicilEtlon 1S-7660 2. CoEpany Status (check only one) -Individual / Sole Pioprietor Y Corooration -Partdership_Tax Exempt (Federal income tax-exempt gntity under Intemal Rgvsnue Sewice girid€tines IRC 501 (c) 3) 3. Taxpayer Idendfrc.tion Numbcr for d reporting pury)os.s otv 4- Slga.Ed D.tc ForE: CeitilicrtioD: Federal Tax Idcatification Numbcr to :'*sa1;1 "* qlrohl -l I tt''" Cn,r{*\\<; eEAl2A19 5i42 Nn p.47 * Lrmtcd Liabilrty C'Ompany \- ELter th. tar cl-csslffcetion--77^.---^.-.r- 16.A.8.f Packet Pg. 336 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Collier Couniy Sollcliation 1S,7660 E/2A/2A19 5:42 l\M p. 48 16.A.8.f Packet Pg. 337 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Collier County Soliciiatlon 19-7660 lnsurance / Bond T)pe 1. X \\orlicr-s ( ompelrsiition 10. 2- [ Employer's Liability 3. I Commerciai General Liability (Occurcnce Form) pattcrned alier lhe cuffent ISO lirrm +. 2!] lnd(mnitlca1ron 5, X Automobile Liability 6. I Othel insurance as notcd: 7. fl Bid bond 8. ! Performance and Paymcnt Bonds $ Per Occurence Rcqui|ed Limits St:1tu11r.\ l-irlriis,rf i;il)tiJa -!taLrLLi:s- fhaDtcr J-1i) iuld irll IreJc|al Coi cr.nncri \irtulor\ l-imil\ ilnJ I{Lquire erls Lr i,.icrrce o; \\'olkeri' L olnnensalil)n co., at.aqe or ,1 ( crtiiilittc ol Frcl.tption issrreil b) rhe rlriltc ir1 F[t|ida is rr:r1uir.ed. I illilic5 thai .]1.e, lilut.d as Soir pt.r)fri.i(n.\hiD: shall not be lcr;L,ircrJ to pror i,-ie a [rLrerl-ot crci]tfllon_ An rpplicriiot irr tlunrpiii,n . '1 l. .,'1..i '-',''.1, ,n..." $_1.{}t10.000_ sin3le lintit pcr lrcclu.icncc 13oiliir ln-iun l1jld l11)pc \ [)rnuse S_ I .000.000_sinr: lc iitnir fer oc(Lu-r'cltc.. !1.{t(}0.()a){) aggrcglle Li)r ll()!til} Inlu!) l.;rhilit: iLnJ Pr!Delt\ llrnracc IitrhjliL_r. lhis jhitll iicl .le l,rrnliscs:lncl Opc1i1;ur',:, IndefenJcrt ( oL[!actor\: Pro.lucls a]tJ C!nllplcted (JDcaiitions itnd a{rcarn.LLirl l.irbilitl. f. lhe nrn\irnuJrt c\tent l-.etn1it1e!i b) l,lorith lorr. the Ci)nrtactol.\:e..l,ri srrll dciiod. inLlcmnif iurd hLrid l:urr;rless ltllier (i)unt\. jts oili.crs and cnrplolccs i.orr ,rnr rn,..1 .r11 iiabilitics. di.,mise-(- loi5ei allrl .osts. includin!. bur l.rt litllited to. rcasonahle lltor-ner s- iccs r,nd plralclals' iics. to rhe e\LerL ailllscd b\ the n", ,:,,, ,. .- f..I r,,,t-.... - ",iLn:;..n., I r,,.1.i.,,n,.,, .,;'f ", tt... ','t " enplorcJor ulilizc,.l hr theContlucior:\cllCLrrilthelerli)rnralcc,:irhis \gi.'.',r,enl. S 1.000,000_ j,rclt L)clullence: Ilodih Irrlalr & Pr.felL: I)allrgc ( ),,r ned'\on-o.,r ned Hired: .\utomobilc Irrclu.leJ ! watercralt Shall be submitted with p.oposal rcsponse in the form of certified funds, cashiers' chcck or a1l inevocable ]e1ter oi credit- a cash bond posted with thc County Clerk, or p.oposal bond in a sum ec1ua1 to 5%o of the cost ploposal. All ohecks shall be made payable to the Colliel Coufly Board o1-Count) Commissiolers on a bank or trust company looated in the Stale o]'Flodda and insu'ed by the Federal Deposit Insurancc Corporation. For proiects in excess of $200,000, bonds shall be submitted \,\,ith thc executed oontract by Proposers receiving award, and rritte! for 100% ol the Conhacl award amount. the cost bornc by the Proposer receiling an a\,ard. Tltc Podbnnance ard Paymenl Bonds shall bc underwitten b) a surcty autholired to do business it the State of Fiorida and olher\rise acceplable to O1,'nor; providcd holvever, the suret), shall be rated irs "A.'ot better as to gcleral policy holders rating and Class V or higher ruting as to tilranoial size category and the amount required shall not cxcccd 5% of the repoted policy holders' surplus. al1 as repofied in lhe most cufient Best Key Raling Cuide- published by A.M. Best Compan), Inc. of 75 Fulton Street, New York" Neq,York 10038. 9.I Vendor sha]l ensure that all subcontractors comply \\,ith the same insurancc rcqui.ements that he is required to meet. l hc same Vendo. shall plovidc Coul1ry- with certificates ol'insurance neeting thc .cquired iisurance provisions. I Collie, Counry must be named as 'ADDITIONAL INSURED' on the lnsurance Cefiificate 1br Commerciai Gcncral Liability whcre lequired. This insurance shall be plimarl and [o[-cont butor]'u,ith respect to any other insuuncc nraintaiued by, or available lbr the benefit ol thc Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. Xl The Celtilicate Holder shall be nanred as Collicr Couity tsoard of Counry Commissioners, OR, Board of Counq Commissioners in Coliier County, OR Coilicr County Govemme[t, OR Collier County. The Cetificates ()1'lnsul.altoo must stat€ the Contract Number, or Projecl Numbei. or specific Pxrjcot dcsoription, or must read: For aly and ail uork perfonned on behalf of Collier County. a 2at2a19 5 42 AM p- 49 16.A.8.f Packet Pg. 338 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Cotlier County Solicitation 19-7660 X On all certilicates, the Certi{icate Holder must read: Collier County Board ol Commissiooers. J295 Tamiami 'Irail East- Naples- r-L 14l l2 I fUrty 1SO1 Days Cancellation Notice required. 5l24lt9 - CC Vertdor's lnsurance Statement we undcrstand the insumnce rcquircments of these spccifications and that the evidence of insurabilitv mal bc lcquired $'ithin tive (5) da) s ofthe a\r'ard ofthis solicitation. The insurance submitted must provide coverage lbra minimum ol'six (6) months liom thc date of award. Name of ljinn Vendor Signaturc Print Name Insurance Agency Agent Name 12. 13. 14. 'l eleplrcre Numbet ?I7- 464- S:-aa I At28l2o19 5:42 AM p. 50 o"" ?/zs/ r 7 County shali procure and maintain Builders fusk Insurance on all consruction projects rvhcre coveragc shall be endorsed ta cover the interests of Collier Count, as well as the Contractor. Premiums shall be billed nnd the Conhactor shall not include lluilders Risk prcmiums in its project proposal or 16.A.8.f Packet Pg. 339 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) CERTIFIGATE OF LIABILITY INSURANCETRis 09/1412018 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORT'ATION ONLYANO CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY Ai/lEND, EXTEND ORALTER THE COVERAGE AFFOROED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEO REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER lMPoRTANT:l,thgcertilicateholderisanAoD|TloNALlNSURED'thepo|icy(ias)mrrsthave@ lf SUBROGATION lS wAlVED, subject to the termB and conditlons of the policy, certain policies may require an endorsement. A statement on this certificate d0e3 not conter riEhts to the cedl{icale holder ln lieu ofsuch endorsement(s). Mccowan lnsurance Grcup lnc 355 lndiana Avenue Suile 200 lndianapolis tN 45204 kxilfcr Kathy Hoyer |I3.NE. E dr (317) 464-s000 lina.Nor (317)46+5001M INSURER{SI AFFOROING COVEFAGE lNsuRERA. The Floists' [,4utual lnsurance Co 13978 Mainscape, lnc.i Mainscape Fishers, LLC 13418 Britton Park Roed Fishe.s lN 46036 rNsuRERs. PhLladelphia lnsurance Co.18058 201&19IN Masier TH]S IS TO CERTIFY TI.IAT THE POLICIES OF INSURANCE LISTED BELOW HAVE INDICATED NOTWTHSTANDING ANY REQUIREIVENI TERM OR CONDITION OF ANY CONTRACI OR OTHER DOCUIVENT WTH RESPECT TO WHICH THIS CERTIFICATE MAY 8E ISSUED OR ]I/IAY PERTAIN, THE INSUMNCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALL THE TERMS EXCLUSIONSAND CONOITIONS OF SUCH POLICIES, LII\,4ITS SHOWN MAY HA\,€ BEEN REDUCED BY PAID CLAIMS. COTMERCIAL GENERAL LIABILITY CLA]MS-TMADE El occLJR D€signE&Olncl "ou." [X iES; fl .o" tr---l SCHEDULEoI I ArirosT=l NoN o\aNED AUTOSONLY I 7} AUTOS ONLY ANO EMPLOYERS' LIAEILITY Y/N Leased or renled Equip B Employee Dishonesty DESCR'PION OF OPERATTOTiS / LOCATTONS / VEHICLES (ACORO 101, Addirion.l R.oar*s Scnedule, mry be aaa.hed if moE .Fce is Equ iEd) The iollowing apply when required bywntten contract, subject to policy terms and conditions: General Liabilily Additional insured on a primary and non-contfl butory basis (including Completed Ops) and Waiver of Subrogatron rn favor of addrtional insured per torm 12031 (07/1 2) i Automobile Liability Additionai lnsured per form CA2048 (10/13) and pnmary. non-contributory per fom CA0,l49 (11116) and Vl,biver of Subrogation perlorm AiIA-WOS (121a) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBEO POLICIES EE CANCELLEO 9EFORE rHE EXPIRATION DATE THEREOE NOTICE WILL BE DELIVERED IN 'FoR rNFoRIvrATtoN puRposES oNLy'AppLTCABLE To STATES I accoRoANcE wlrH THE PoLlcY PRovlsloNs' A UTHORIZED REPRESENTATI\,€ {*,*t ,1"y.* O 1986.2015 ACORD GORPORATION. Allrights reserved. The ACORD name and logo are registerEd marks of ACORDACORO 25 (2016103) 16.A.8.f Packet Pg. 340 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Collier County Solicitation 19-7660 s.emqffimffi* Form 7: Vendor SubEittal - Local Vendor Preference Af,idavit (Check Approp ate Boxes Below) State of Florida (Select County ifVendor is described as a I-ocal Busitress) I Cottier county El Lee county Vcndor affirms that it is a local business as detined by the P.ocurement Ordinanc€ ofthe Collier County Board of County Commissioners and the Rcgulations Thereto. As defined in Section XV of the Collier County Procurement Ordinance: l,ocal business means the vendor has a cunent Business Tax Receipt issued by the Collier Count) I a,\ Collector prior to bid or proposal submission to do business within Collier Countv, and that identilies the business with a permancnt physical business addrcss located within the limits of Collier County from which the vendor's stal'f operates and performs business in an area z"oned for the conduct of such business. A Post Office Box or a facility that reccives mail. or a non-permarent structue such as a constuction trailer. storage shed. or other non- permancnt structure shall not be used for the purpose of establishing said physical address. ln addition to the foregoing, a vendor shall not be considered a "local business" unlcss it contdbutes to the economic devclopment and rvell-being ofCollicl County in a verifiable and measurablc way. This may include. but not be limited to, thc reteltion and cxpansion of employment opportunitics, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. VendoN shall aItrrm in writing their ormpliance rvith the foregoing at the time of submitting their bid or proposal to be cligible tbr consideBtion as a "local business" under this section. A vendor who misrcprcsents the Local Prel'ercnce status of its lirm in a Foposal or bid submitted to the Courty will lose the privilcge to claim Local Preference status lor a period ofup to one year under this section. Vendor must completc th{] following inlbmtation: Year Busincss Establishcd in ECollier Countl. or ! Lcc Count): Number of Employccs (lncluding Or',rer(s) or Corporute O1'tlcers): Number ol'timployees Living in ffi Coliier Counlv or ! Lee (lncluding O!\'ner(s) or Corporate Oificers;: I 25 Ilrequcstcd by the Count)- \'cndor $'ill be required to provide documentation substantiating the information given in this affidavit. Failure to do so rvill result in vendor's submission being deemed not applicable. vendor Name: Mainscape. INC.t)are: 9120/2019 Address in Collier or Lee County:3080 Ravenna Ave.. Naples, FL 34120 Title: AccountExecutive 2006 90i 8/2A/2O15 5:a2 AM p. 38 16.A.8.f Packet Pg. 341 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Collier County Solicitailon 19-7660 I.O LOCAL VENDOR PREFERENCE (LVP) l.l The Count) is using the Competitive Sealed Bid methodology of source selection for this prccurement. as authorized bl Ordinance Number 2017-08 establishing and adopting the Collie[ Coun0 Procurcmert Ordinance. 1.2 l,ocal business means the vendor has a current Business Tax Rcccipt issued by the Collier Countv '[a\ Collectol prior to bid or proposal submissiofl to do business within Collier County, and that identifies fhc business $ith a pe.manent physical business addrcss located withir the limits ot Collier County from 1\hich thc ,"endor's staffoperates and perlbrms business in an area z,oned for the conduct ofsuch busincss. A Post Ofiice Box or a facility that receircs mail- or a non-permanent structurc such as a construotion truiler. storage shcd, or othor non-pernancnt stucturc shail not bc used fbr thc purpose of establishing said physical address. In addition 10 the foregoing, a vendor shall not be considered a "locai business" uniess it contdbutes to the economic developmcnt and well-b€ing of Colliel County in a verifiablc and measu.able way. This may include, but not be limited 1(]. the retention and expansion of empiolmcnt opportunities. suppon and increase to rhe County's ta\ base- and residency ofemployccs and principals of the business \rithin Collier Countl. Vendors shall aflirm in lvriting their compliance u'ith the lbregoing at the time ol'submitting their bid or proposal to be eligible for considcration as a "local business" under this section. A vendo. who misrepresents the Local Prel-erence sta(us of its finn in a proposal or bid subnritted to the County will lose thc privilege to claim l,ocal Preierence slatus for a pefiod ofup to one yoar, 1.3 Under this solicitation- bidders dcsiring to reccive local profcrence will bc invited and required to affirmatively state and providc documentation as set lorth in the solicitation in support oftheir status as a local business. Ar1 bidder who t'ails to submit sufficient documentation with their bid offer shall not bc granted local prel'erence consideration for the purposes of that specific contract award. Except \\here t'ederal or stale lau, or ary other funding sourco, mandates to the contrary. Collier County and its agencies and instumentalities, will give prel'ercncc to local busincsses in the fbllowing manner. 1.1 (:ompetiti|e bid (local price match option). Each fornal competitive bid solicitation shall clearly identify horv the price ordcr ofthe bids received \yill be cvaluated and determined. When a qualilied and respolrsive- non-local business submits the lo\vest price bid. and the bid submitted b] one or more qualilied and responsivc local businesses is within ten percent of the price submitted by the non-local business. then thc local busincss with the appareDt lo$est bjd ofi'er (i.e., the lowcst local biddcr) shall have tl'rc opponunity to submit an offcr to match the pricc(s), less one (l) dollar, ol1'ered by the overall lowest, qualified and responsive bidder. ln such instances, staff shall first verity if the lowest non-local bidder and thc lo\t-est local bidder are in lact qualified and responsive bidders. Nc\t. the Procuremcnt Senices Division shall determine if thc lowest local bidder meets the rcquirements of |la. Staa, Sec.287.087 (Preferenccs to businesses $ith drug-fice rvorkplace programs). lf the lo\rest local bidder meets thc requirements of Fla, Stat, Sec. 287.087- the Procurcment Services Division shall inlitc the lowest local bidder to submit a matching ol'fcr. lcss one (l) dollar, within five (5) business days thercafter. Il'lhc lou,est iocal biddcr submits an ofl'er that l!ll) matches the lowest bid, lessone(l) dollar. from the lowcst nonJocal bidder tendered pr€viously. lhen award shal] be made to thc local bidder. llthe lo$'cst local bidder declines or is unable to match the lo\rest non-local bid pricc(s). then a$,ard rvill be made to the lo\lest oYemll qualificd and responsive bidder. Ifthe lowest local bidder does not meel. thc requirement ol Fla. Stat. Sec 287.087, and the lo\,'est ltonlocal biddcr does, arvard rvill bc made to thc bidder that mcets the requirements olthe reference state la\l. 1.5 Bidder must complete and submit \"ith their bid response the ,,|fficlait for Claiming Stahts qs d l,ocql B,siness rvhich is included as paft ofthis solicitation. Failure on the part of a Bidder to submit this Afiidavit with their bid response will preclude said Bidder from being considered for local preference oo lhis solicitatiorr. 1.6 A Bidder who misreprescnts the Local Prefcrcnce status of its firm in a bid submi(cd to the Counly will iose the privjlege to clajm Local Preference status for a pedod ol'up to one (1) year. l;7 The County may, as it deems n€cessary! conducl discussions rvith responsible bidders determined to be in contention for being selectcd for a$?rd fbr the purpose of clarilication to assure l'ull understanding o1'. and responsivcness to solicitation requirements, Al2Al2o19 5:12 AM p.39 16.A.8.f Packet Pg. 342 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Collier County Solicitaiion 19 7660 N/A Form li Vendor's Non-Response Stateme[t The sole intcnt ol the Collier Counly Prccurement Services Dir.ision is to issue solicitatiorls that are clcar, coocise and openly compctitive. Therefore. we are intercsted in asceflaining reasons lbl plospective Vendors not $ishing to lespond to this solicitation. lfyour firm is not rcsponding to this solicitation, please indicate the roason(s.)by chccking thc item(s) listcd below and retum this form via email noted on thc cover page. or mail to Colliel Count] Govemmcnt. Proculement Servioes Division. 3295 Tamiami Traii East, BLDC C-2. Naplcs, IiL 341 12. We are not rcsponding to the solicitation for the followfug reason(s): D Sen,ices requcsted .ot a,,,ailablc through our compan). n Our flrm could not meet spccificatiens/scope ofuork. D Specjficarions/scope ofwork not ciearly understood or applicablc (too vague. rigid. ctc.) t] Pro.jcct is too small- D Insulficient time allorved lbr preparation ofresponse. tr Incorrcct addrcss used- Plcase corrcct mailing address: n Other reason(s): Namc of Firm: Address: Ciry. Sta1e, Zip: Telephone: Email: Represcntative S ignature: Rcpresentatire Name:Dale 8l2At2O19 5:42 AM p. 41 16.A.8.f Packet Pg. 343 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) -- tt,L.ol.l ler 1*,ot[t'tt| qai:.lr,st, air : :ii./ aes )-.Lii|:lranl Form 2: Vendor Check List IMPORTANT: THtS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return rrith your Proposal. Vendor should check offeach ofthe followirg items as the necessary action is completed: tr The Solicitation Subminal has been signed. E The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and anached. tr All applicable foms have been signed and included, along with licenses to complete rhe requirements ofthe project. tr Any addenda have been signed and included. tr Afiidavit for Claiming Status as a Local Business, !!3pp[g4!!9. tr Division of Corporations - Florida Depaftment of State lrr![ 14\tn]Jl!i-!d!l.q9r! .r!it1!/= (lf work performed in the State). tr E-Ve rif y'lmmigration Affidavit (Memorandum of Understanding). ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: Address: CtW, State, Zip: Telephone: Email: Representative Signature: Representative Name: 4oz-;oq- osqn rA /l /q, n stuPat Jr"t i34t* R,,i {t*, ?^,L ?"t 16.A.8.f Packet Pg. 344 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) :-.-.t:i.i iei <. .-.{:',.1rl?,a '.1 ., a r ::., : t,, ).- jr:ii.a..l Form 3: Conflict of Interest Allidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one ofthe three categories below: Biased ground rules - The firrn has not set the "gound rules" for affiliated past or current Collier County project identified above (e.g,, writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor ofmy hrm. Impaired objectivity - The firm has not performed work on an affiliated past or current Collier Coun{ project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the govemment. Unequal access to information - The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or firture solicitations and contracts. lo addition to this signed affidavit, the contractor / vendor must provide the following: l. Al1 documents produced as a result olthe work completed in the past or curently being worked on for the above-mentioned proiect; and, 2. Indicate ifthe information produced was obtained as a matter of public record (in the "sunshine") or though non-public (not in the "sunshine") conversation (s), meethg(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more ofthe thee categories above be identified, may result in the disqualification tbr future solicitations affiliated with the above ref'erenced project(s). Bythe signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best oftheir knowiedge and belief. all relevant facts conceming past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. rirm: )hincraf(, f*t. Signature and Ourr, rrint tlame: ?aLtr{ B r",-r zl,ryr. t^lLla/ Title of Signatory: 16.A.8.f Packet Pg. 345 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) ....:: 'lj:,'::r {*i1.11;'1i '.'_:r. _ :.....,, .-,1_.'. Form 4: Vendor Declaration Statement BOARD OF COLTNTY COMMISSIONERS Collier County Government Complex Naples, Florida 341l2 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or anangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, ifthis solicitation submittal is accepted, to execute a Collier County document for the purpose ofestablishing a formal conftactual relationship between the hrm and Collier County, for the performance ofall requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that ifawarded o conlract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated with work that is a result ofthis awarded contract IN WITNESS WHEREOF, wE have hereunto subscribed our names on this 2Z daV of STfir-Le, .20din the County of L j*o[c, - nthe itut" of //on,'rla- t3tltS Bci*tsr. ?""t- R"t' fOf,ooooolaS{ Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only ifGrant Funded Telephone; Signature by: (Typed and written) Title: \<- t 6 3398o ?,11-'i'77-it5-; f Ll ,,7-';c,, Lr,tt', Aclo..^F Ex,,r..+ivt 16.A.8.f Packet Pg. 346 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) L Company name used Additional Contact Information SeDd payments to: (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: fli Email: Office servicing Colier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIp Telephone: Email: Zsn- {q1- qBG 16.A.8.f Packet Pg. 347 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) i..-.r-ri i jn.I i-{J I,i t ".r Form 5: Immigration Alfidavit Certification This Affidavit is required and should be signed, notarized by an authorized principat ofthe f,irm and submitted with formal solicitation submittals- Fufther, Vendors are requhed to enroll in the E-Verii, program, and provide acceptable evidence oftheir effollment, at the time ofthe submission ofthe Vendor's proposal. Accepiable evidence consists ofa copy of the properly completed E-Veri! Company Profile page or a copy ofthe fully executed E-Verifl, Memorandum of Understanding for the company. Fallure to include this Affidavit and acceotable evidence of eorollment in the E-Verift oroqram mav deem the Vendor's nrooosal as non- resnonsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation ofthe emplolmcent provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) ofthe lmmigration and Nationality Act ("INA"). Collier County may consider the emplo).rnent by any Vendor ofunauthorized aliens a violation ofSection2T4A (e) ofthe INA. Such Violation by the recipient ofthe Employment Proyisions contained in Section 2744 (e) of the iNA shall be grounds for unilateral termination ofthe contmct by Collier County. Vendor attests thal they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proofofenrollment in The Employment Eligibility Verification System (E-Vedry), operated by the Department ofHomeland Secudty in partnership with the Social Security Administration at the time ofsubmission ofthe Vendor's proposal. Tfle A:.LB \^* Efirt*.*\/. D"" qb9/t1 State of County of The signee ofthese Affidayit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy ofthis affidavit to interrogatories hereinafter made. Company Name Print Name Signature ...'EH#*7;,, :' at t, 1. i israU ! ?.. r...f'''r1..,' s 2",'m,,llll..s oL"-t 16.A.8.f Packet Pg. 348 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING A E.VERIFY EMPLOYER AGENT ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between lhe Department of Homeland Security (DHS), Mainscape. lnc. (Employer), and ERC Dataplus, hg: (E-Verify Employer Agent) regarding the Employer's and E-Verify Employer Agent's participation in the Employment Eligibility Verification Program (E-Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration ' (SSA), the Employer, and the E-Verify Employer Agent. References to the Employer include the E-Verify Employer Agent when acting on behalf of the Employer. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form l-9). For covered government contractors, E-Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracls or to verify the entire workforce if the contractor so chooses. Authority for the E-Verify program is found in Title lV, Subtitle A, of the lllegal lmm'rgration Reform and lmmigrant Responsibility Act of '1996 (llRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. S 1324a note). Aulhority for use of the E-Verifr7 program by Federal contractors and subcontractors covered by the terms of Subpart 22.'18, 'Employmenl Eligibility Veriflcation", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor with the FAR E-Veriry clause') to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to proviie the Employer (through the E-Verify Employer Ageht) with available information that will allow the Employer to confirm the accuracy of Social Security Numbers pr<lvided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide the Employer and E-Verify Employer Agent appropriate assistance with operational problems that may arise during the Employer's participation in E-Verify. SSA agrees to provide the E-Veriff Employer Agent with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. Page 1 of 15 | E-Veriry MoU ;or Employer (Clienq using a E-Verify Employor Ager{ | Revision Dale osrol/os www,dhs.gov/E-Veriry 16.A.8.f Packet Pg. 349 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) EVerif ffi Company lD Number; 42803 Client Company lD Number: 565668 3. SSA agrees to safeguard the information provided by th€ Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of E-Veri! or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. $ 552a), the Soclal Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 4- SSA agrees to provide a means of automated veriflcation that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or ientative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal covernment work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees who eontest SSA tentative noncontirmations that is designed to provide final con{irmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and non-citizens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. ln such cases, SSA will provide additional verifi cation instructions. B. RESPONSIBILITIES OF DHS Alter SSA verifies the accuracy of SSA records for employees through E-Verify, DHS agrees to provide the Employer (through the E-Verify Employer Agent) access to selected data. from DHS's database to enable the Employer (through the E-Verify Employer Agent) to conduct, to lhe exlent authorized by this MOU; . Automated veritication checks on employees by electronic means, and . Photo verification checks (when available) on employees, DHS agrees to provide to the Employer and E-Verify Employer Agent appropriate assistance wlth operational problems that may arise during the Employer's participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, tilles, addresses, and telephone numbers of DHS representatives to be contaeted during the E-Verif,/ process. DHS agrees to make available to the Employer (through the E-Verify Employer Agent), at the E-Verify Web site and on lhe E-Verify Web browser, lnstructional materials on E' Verify policies, procedures and requirements for both SSA and DHS, including , restrictions on the use of E-Verifo. DHS agrees to provide training materials on E-Verii/. DHS agrees to provide tothe Employer (through the E-Verify Employer Agent) a notice, which indicates the Employer's participation in the E-Veri{y program. DHS also agrees to provide to the Employer (through the E-Veritr/ Employer Agent) anti-discrimination Page 2 of 1 5 | E-Verify Mou for Employer lcllent) uslng a E-Vedfy Emdoyer Agrnt I Revision Date 09,Iotl09 t v! w.dhs,gorrE-Verify 1. 4. 16.A.8.f Packet Pg. 350 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) FVerif mffi Company lD Number: 42803 Client Company lD Number: 565668 notices issued by the Office of Special Counsel for lmmigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Depanment of Justice. 5. DHS agrees to issue the E-Verify Employer Agent a user identification number and password that will be used exclusively by the E-Verify Employer Agent, on behalf of the Employer, to verify information provided by employees with DHS's databases. 6. DHS agrees to safeguard the information provided to DHS by the Employer (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the verilication of employees' employment eligibility and for evaluation of the E-Verify program, ot to such other persons or entities as may be authorized by applicable law. lnformation will be used only to verify the accuracy of Soclal Security Numbers and employment eligibility, to enforce the lmmigration and Nationality Act (lNA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated veriflcaiion that is designed (in conjunction with SSA veriflcation procedures) to provide confirmation or tentative nonconlirmation of employees' employment eligibility within 3 Federal Govemment workdays of the initial inquiry. 8. DHS agrees to provide a means of secondary verilication (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non-match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility withln 10 Federal Government work days of the dale of referral to DHS, unless DHS det€rmines that more than 10 days may be necessary. ln such cases. DHS will provide additional verifi cation instructions. C, RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS (through the E-Veriry Employer Agent) in a prominent place that is cleady visible to prospective employees and all employees who are to be verified through the system. 2. The Employer agrees to provide lo the SSA and DHS the names, titles, addresses, and telephone numbers of ttte Employer representatives to be contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Veriry User Manual from the E-Verify Employer Agent. 4. The Employer agrees to comply with current Form l-9 procedures, with two exceptions: . lf an employee presents a "List B" identity document, the Employer agrees to oflly accept "List B" documents that contain a photo. (List B documents identified in I C.F.R. S 274a.2(bi(1xB)) can be presented during the Form l-9 process to establish Page 3 of 15 | E-Veri& Mou for Employer{client) using a E-Veriry EmployerAgent I Revislon Dale 0g/01/og www.dhs.gov/E-Verify 16.A.8.f Packet Pg. 351 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) EVerif ffi Company lD Numbsr: 42803 client Company lD Number: 565668 identity.) lf an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 1-888-464-4218. . If an employee presents a DHS Form l-551 (Permanent Resident Card) or Form l- 766 (Employment Aulhorization Document) to complete the Form l-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form l-9. The photocopy must be of sufficient quality to allow for verification of the photo and written information, The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non-matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form l-9. DHS may in the future designate other documents that activate lhe photo screening tool. 5, The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms l-9 that relate to its employees, or ftom other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 2748 of Lhe INA with respect to Form l-9 procedures, except for the following modmed requirements applicable by reason of the Employer's participation in E-Verifu: ('l) identity documents must have photos, as described in paragraph 4 above; (2) a rebuttable plesumption is established that the Employer has not violated section 27 A(aXl)(A) of the lmmigration and Nationality Act (lNA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in good faith compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconlirmation, and is subject to a civil money penalty between $550 and $1,100 for eech failure to notif,/ DHS of continued employment following a final nonconfirmation; (4) the Employer is subiect to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(aX1)(A) if the Employer conlinues to employ an employee after receiving a final nonconfrmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any aotion taken in good faith based on information provided through the confirmation system- DHS reserves the right to conduct Form l-9 and E-Verify system compliance inspections during the course of E- Verify, aswell as to conduct any other enforcement activity adhorized by law. 6. The Employer agrees to initiate E-Verify verification procedures (through the E-Verify Employer Agent), for nelv employees within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form l-9 have been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Veriry User Manual, or in the case of Federal contractors with the FAR E-Verily clause, the E-Verify User Manual for Federal Contraclors. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form l-9 completed. lf the automated system to be queried is temporarily unavailable, the &day time period is extended until it is again operatianal in order lo accommodate the Employefs attempting, in good faith, to make inquiries during the period of unavailability. Employers may initiate vermcation, through the E-Verify Employer Agent, by notating the Form l-9 in Gircumstances where the Page 4 of 15 | E-Veriry MOU fPr Enployer (Cllent) using a E-Veriry Employer Agenl I Revlsion Dale 09/01/00 wvrw.dhs.gov/E-V6rlfy 16.A.8.f Packet Pg. 352 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) -ffiffi,,N Company lD Number: 42803 Client Company lD Number: 565668 employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer (through the E-Veriry Employer Agent) performs an E-Verify emdoyment veriflcation query using the employee's SSN as soon as the SSN becomes available. 7. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers musl use E-Veriry (through its E-Verify Employer Agent) for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article ll.D.1.c. Except as provided in Article ll.D, the Employer will not verify selectively and will nol verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses the E- Verit/ system for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to lhis MQU. 8. The Employer (through its E-Veriry Employer Agent) agrees io follow appropriate procedures (see Article lll. below) regarding ientative nonconflrmations, including notifying employees in private of the finding and providing them written notice of lhe findings, providing wriften referral instruciions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Fudher, when employees contest a tentative nonconfirmation based upon a pholo non-match, the Employer is required to take affirmative steps (see Article lll.B. below) to contacl DHS with information necessary to resolve the challenge. 9. The Employer agrees not to take any adverse action against an employee based upon lhe emploiee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R- S 274a.1(l)) that the employee is not wo* authorized. The Employer underslands that an initial inability of the SSA or DHS automated veriflcation system to verii/ work authorization, a ientative nonconfirmation, a case in continuance (indicating the need for additional time for the govemment to resolve a case), or the finding of a photo non- match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. ln any of lhe cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's . per'ceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federql contract or other assignment, or otherwise subiecting an employee to any assumption that he or she is unauthorized to work, or otherwise mistreating an employee) until and unless secondary verification by SSA or DHS has been completed and a flnal noncanfirmation has been issued, lf.the employee does not choose to contest a tentative nonconfrmation or a photo hon-match or if a secondary verification is completed and a linal nonconfirmalion is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a flnal Page 5 of 15 | E.Verity MOU for Employer (Clhnt) using a E-Veriry EmploFr Agenl l Revision Date oP/o'i/og www.dhs.govrE-Vorify 16.A.8.f Packet Pg. 353 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Evefif q company lD Number: 42803 client Company lD Number: 565568 nonconfirmation may call E-Verify at 1-888464-4218 or OSC at 1-800-255-8155 or 1- 800-237-2515 (TDD). 10. The Employer agrees to comply with Title Vll of the Civil Rights Act of 1964 and section 2748 of the INA, as applicable, by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 27aB@l(3) ot the lNA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify excepi as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the unfair immigration-related employment practices provisions in section 2748 ot lhe INA could subject lhe Employer to civil penalties, back pay awards, and other sanctions, and violations of Title Vll could subject the Employer to back pay awards, compensatory and punitive damages. Molations of either section 2748 of the INA or Title Vll may also lead to the termination of 'rts participation in E-Verify. lf the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-25'8J55 or 1-80G237-2515 (TDD). 1 '1. The Employer agrees to record the case verification number on lhe employee's Form l-9'or to print the screen containing the case verification number and attach it to the employee's Form l-9. 12. The Ernployer agrees that it will use lhe information it receives from SSA or DHS (through the E-Verify Employer Agent) pursuant to E-Veri! and this MoU only to confirm the employmenl eligibility of employees as authorized by this MoU. The Employer agrees that it will safeguard this rnformation, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to prolect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employels responsibilities under this MOU, except for such disseminalion as may be authorized in advance by SSA or DHS for legitimate purposes. 13. The Employer. acknowledges that the information which it receives through the E-Verify Employer Agent from SSA is govemed by the Privacy Act (5 U.S.C. S 552a(ix1) and (3)) and.the Social Security Act (42 U.S.c. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject lo criminal penalties. 14. The Employer agrees io cooperate with DHS and SSA in their compliance monitoring and evaluition of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms l-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a tim€ly and accurate manner to DHS requests for information relating to their participation in E- Verify. Page 6 of 1 5 | E-Verity MOU ,or Employ€t (Client) using e E-Veriry Emdcyer Aged I Revision DEte 0g/ol0g www.dhs.govrE-Veriry 16.A.8.f Packet Pg. 354 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) .:' EVerif m.%N Company lD Number: 42E03 Cllent Gompany ID Number: 555668 D. RESPONSIBILITIES OF FEDERAL CONTRACTORS WTTH THE FAR E.VERIFY CLAUSE 1. The Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 oI the FAR it musi vedry the employment eligibility of any existing employee assigned to lhe contract and all new hires, as discussed in the Supplemental Guide for Federal Contractors- Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verif,7. a. Federal contractors with the FAR E-Verify clause agree to become familiar with and comply wiih the Federal Contractors Contractors. most and recent versions of the E-Verify User Manual for the E-Verify Supplemental Guide for Federal b. Federal contractors with the FAR E-Verify clause agree to complete a tutorial for Federal contractors with the FAR E-Veri! clause. c. Federal contractors wiih the FAR E-Verii/ clause not enrolled at the time of contract award: An Employer thal is not enrolled in E-Verjfy as a Federal contractor at the time of a contract award must enroll as a Federal contractor with the FAR E-Verify clause in E-Verify within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E-Verify to initiate veriflcation of employment eligibility of new hires of the Employer who are working in the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated wilhin 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor with ihe FAR E-Veri! clause, the Employer must initiate veritication of employees assigned to the contract within 90 calendar days from the time of . enrollment in the system and then selecting which employees will be verified in E-Verify or within 30 days ol an employee's asslgnment to the contraci, whichever date is later. d. Employer that are already enrolled in E-Verify at the tlme of a contract award but are not enrolled in the system as a Federal contractor with the FAR E-Verify clause: Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contracl award must use E-Verify to initiate verificalion of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. Employers enrolled in E-Verify as other than a Federal contractor with the FAR E-Verify clause, must update E-Veriry to indicate that they are a Federal contractor with the FAR E-Verify clause within 30 days after aSsignment to the contract. lf the Employer is enrolled in E-Verify for 90 calendar days or less at the time of conlract award, the Employer must, within 90 days of enrollment, begin to use E:Veriry to initiate verification of new hires of the contractor who ard working in the United Slates, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days Page 7 of 15 | E-Verify MOU to Employer (Clienl) using a E-Veriry Employet Agent I Revision Date 09O1/Og www.dhs.govrE-Veri[, 16.A.8.f Packet Pg. 355 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) EVeri ffiffi Company lD Numbsr: 42803 Client Company lD Number: 565668 after the date of hire. An Employer enrolled as a Federal contractor with the FAR E-Verlfy clauso in E-Veriry must initiate verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. e. lnstitutions of higher education, State, local and tribel governments and sureties: Federal contractors with the FAR E-Verify clause that are institutions of higher education (as defined ai 20 U.S.C- 1001(a)), State or local governments, governments of Federally recognized lndian tribes, or surelies performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verifo new and existing employees assigned to the Federal contract. Such Federal contractors with the FAR E- Verify clause may, however, elect to veriry all new hires, and/or all ex,sting employees hired after November 6, 1986. The provisions of Article ll, part D, paragraphs '1.a ahd 1.b of this MOU providing timeframes for initiating employment verilication of employees assigned to a contract apply to such institutions of higher education, State, local , tribal governments, and sureties. f. Verification of all employees: Upon enrollment, Employers who are Federal contractors with the FAR E-Verify clause may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only new employees and those existing employees assigned to a covered Fede€l contmct. Aiter enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E-Verify veriflcation of all existing employees within 180 days after the election. g. Form l-9 procedures for existing employees of Federal contractors with the FAR E-Verify clause: Federal contractors with the FAR E-Verify elause (through their E.Veriry Employet Agent) may choose to complete new Forms l-9 for all existing employees qlher than those that are completely exempt lrom this process. Federal contractors with the FAR E-Verify clause may also update previously completed Forms l-9 to initiate E-Verify verification of existing employees who are not completely exqmpt as long as that Form F9 is complete (including the SSN), complies with Article ll.C.4, the employee's work authorization has not expired, and the Employer has reviewed the information reflected in the Form I-9 eitier in person or in comrnunications with the employee to ensure that the employee's slated basis in section 1 of the Fotm l-9 for work authorization has not changed (inoluding, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). lf the Employer is unable to determine that the Form l-9 complies with Article ll.C,4, if the employee's basis for work aulhorization as attested in section t has exPired or changed, or lf the Form l-9 contains no SSN or is otherwise incomplete, the Employer shall complete F new l-9 consistent with Article ll-C.4, or update the previous l-9 to proyide ihe necessary information. lf section 1 of the Form l-9 is otherwise valid and up-to.date and the form otheMise complies with Article ll.C.4, but reflects documentation (such as a U.S- passport or Form I-551) that expired subsequent Page 8 of 15 | E-VeriB i[ou lor Employer (client) usirE a E-Vertry Employer Agenl I Revision Date 0U01,/09 www.dhs.gov/E-Verify 16.A.8.f Packet Pg. 356 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) EVerif ffi'ffi Company lD Number: 42803 Client Company lD Number: 565668 to completion of the Form l-9, the Employer shall not require the production of additionel documentat;on, or use the photo screening tool described in Article ll.C.4, subiect to any additional or superseding lnstructions that may be provided on this subject in the Supplemental Guide for Federal Contractors. Nothing in this section shall be construed to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize veriflcation of any existing employee by any Employer that is not a Federal contractor with the FAR E-Verify clause. 2. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, its compliance with this MoU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of informat,on relating to compliance with its veritication responsibilities under this MoU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. E. RESPONSIBILITIES OF THE E-VERIFY EMPLOYER AGENT '1. The E-Verifu Employer Agent agrees to provide to the SSA and DHS the names, titles, addresses, and ielephone numbers of ihe E-Verify Employer Agent representatives who will be accessing information under E-Verify. 2- The E-Verifi/ Employer Agent agrees to become familiar with and comply with the E- Verify User Manual and provide a copy of the manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. 3. The E-Verify Employer Agent agrees that any E-Verify Employer Agent Representative who will perJorm. employment verification queries will complete the E-Veriry Tutorial before that individual initiates any queries. a. The E-Verify ' Employer Agent agrees that all E-Veriry Employer Agent representatives will take the refresher tulorials initiated by the E-Veriry program as a condition of continued use of E-Verify, includlng any tutorials for Federal contractors if the Employer is a Federal contractor. b. Failure to complete a refresher tulorial will prevent ihe E-Verify Employer Agent and Employer from continued use of the program. 4. The E-Verify Employer Agent agrees to obtain the necessary equipment to utilize E- Verify. 5. The E-Verify Employer Agent aorees to provide the Employer with the notices described in Article ll.B.4 above. 6. The E-Verify Employer Agent agrees to initiate E-Verify procedures on behalf of the Employer in accordance with the E-Veriry Manual and E-Verify Web-Based Tutorial. The E-Verify Employer Agent will query lhe automated system using Information provided by the Employer and will immediately communicate the response baek to the Employer. lf the automated system to be queried is temporarily unavailable, the 3-day Page I of 15 | E-venfy MOU for E nfloyer (Cli€nt) using a E-vetriry Emdoyer Aged I Revision Dato 09/01/09 www.dhs,govrE-Verify 16.A.8.f Packet Pg. 357 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) HVerif ffi Company lD Numbor: 42803 Cllent Company lD Number: 56566E time period is extended until it is again operational in ordar to accommodate the E-Verify Employer Agenls attempting, in good faith, to make inqulries on behalf of the Employer during the period of unavailability. ln all cases, the E-Verify Employer Ageni will use the SSA veriflcation procedures tirst, and will use DHS verification procedures only as directed by the SSA verillcation response. 7. The E-Verify Employer Agent agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E Verifl/, including by permilting DHS and SSA, upon reasonable notice, to review Forms l-9 and other employment records and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and aecurate manner to DHS requests for information relating to their participation in E- Verify. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A, REFERRAL TO SSA 1.lf the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfl rmation. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after ihe Employer records the case veriflcation number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer (through the E-Veriry Employer Agent), will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will deiermine whether the employee contests the tehtative nonconfirmation as soon as possible after the Employer receives it- ll ihe employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a systemgenerated referral letter and instruct the omployee to visit an SSA office within I Federal Government work days. SSA will electronically transmit the result of the referral to the Employer (through the E-Verify Employer Agent) within 10 Federal Government work days ot the referral unless it determines that more than 1O days is necessary. The Employer agrees to check the E-Verify system regularly for case updates. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written veriflcation of the Social Security Number from the SSA. REFERRALTO DHS Page 10 of '15 | E-Veriry MOU for Employer (Cllent) using a E-Vefify Employer Agenl I Revislon Date 0g/0'l/09 www.dhs.govlE-Verit 4. B. 16.A.8.f Packet Pg. 358 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Company lD Number: 42803 Client Company lD Number: 565668 1.It the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. lf the Employer finds a photo non-match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non-match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether hB or she will contest the findiflg. The Employer agrees to reler individuals to DHS onty when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification proceis or when the Employer issues a tentative nonconfirmation based upon a photo non-match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. lf the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and irctruct the employee to conhct DHS through its toll-free hotline (as found on lhe referral letter) within 8 Federal Government work days. lf the employee contests a tentative nonconiirmation based upon a photo non-match, the Employer will provide the qmployee with a refenal letter to DHS. DHS will electronically tranbmit th'e result of the refenal to the Employer within 10 Federal Government work days of thp referral unless it determines that more than 1o days is necessary. The Employer agrees to check the E-Verify system regulady for case updates. The Employer agrees that. if an employee contests a tentative nonconfirmation based upon a pholo non-match, the Employer (or the E-Veriff Employer Agent) will send a copy of the employee's Fgrm l-551 or Form I-766 to DHS for rwiew by:. ,Scanning and uploading the document, or. Sending a photocopy of the document by and express mail account (pain for ,at employel expense). 7, lf the Employer. (through the E-Verifll Employer Agent) determines that there is a photo non-match when comparing the photocopied List B document described in Article ll.C.4 with the image generated: in .E-Verifi/, the Eryployer (through the E-Verify Employer Agent) must forward the employee's documentation to DHS using one of the means described in the preceding paragEph, and allow DHS to resolve the case. , ARTICLE IV SERVICE PROVTSIONS Page 11 of 15 l.E-Veriry ilou for Ernployer (Cliehu using a E-Verify Employ€tr Agent I Revision Date o9r01/0s www.dhs.gov/E-Verify 2. 4. o, 16.A.8.f Packet Pg. 359 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Company lD Number: 42803 Client Company lD Numbsr: 555668 The.ssA and DHS will not charge the Employer or the E-verify Employer Agent for verification services performed under this Mou. DHS is not responsible roiproviding tne equipment neededto make inquiries, A personal computer with lnternet access is needed to aciess the E-verify System. ARTICLE V PARTIES A. This MOU is effective upon the signature of all parties, and shall continue in effeci for as long as the SSA and DHS conduct the E-Verify program unless modmed in w ting by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice io the others. Any and all system enhancements to the E-Veri67 program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting ner/v verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that ouflihes these changes- DHS agrees to train employers on all cha ges made to E-Veriry through the use of mandatory refresher tutorials and updates to the E-Verifu User Manual, the E-Verit/ User Manual for Federal Contractors, or the E-Verify Supplementaf Guide for Federal Contractors. Even without changes to E- Vefiry, DHS reserves the right to requlre employers to take mandatory refresher tutorials. An Employer.that is a Federal contractor with the FAR E-Ve.il/ clause may terminate this MOU when the Federal conkact that requires its participation in E-Verifi7 is terminated or completed. ln such a circumstance, the Federal contractor with the FAR E-Verify clause must provide written notice to DHS. lf an Employer that is a Federal contractor with the FAR E-Verify clause fails to provide such notice, that Employer will remain a participant in the E- Veritr7 program, will remain bound by the terms of this MOU that apply to participants thal are not Federal contractors with the FAR E-Verify clause, and will be required to use the E- Verii/ procedures to verifi7 the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate aceess to E-Verify if it is deemed necessary because of the requirements of law ar policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the E-Verify Efiployer Agent.or the Employer, or a failure on the part of either to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor with the FAR E-Veriry clause, termination of ihis MOU by any party for any reason may negatively affeit.the Emplpye/s performance of its contractual responsibilities. C. Some or a,l'SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary, By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. D. Nothing in this MOU is intended, or should be construed, to create any right or bene{it, substantive or procedural, enforeeable at law by any third party against the United States, its agencies, offiqers, or employees, or against the E-Verify Employer Agent, the Employer, or their agbnts, officers, or employees. : Page 12 ;f ,5 I E-Ve ry MOU for Enployc. (ClienI) using a E Verify Employer Agent I Revision Date 09/Oll09 www.dhs.govrE-Verily EYerif ffi"ffi 16.A.8.f Packet Pg. 360 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) -@7$-w Company lD Number: 42803 Client Gompany lD Number: 565658 E. Each party shall be solely responsible for defending any claim or actlon against it arising out of or related to E-Verifi/ or this MOU, whether civil or criminal, and for any tiability wherefrom, including (but not limited to) any dispute between the E-Veriry Employer Agent or the Employer and any other person or entity regarding the applicability of Section 403(d) of llRlRA to any action taken or allegedly taken by the E-Verify Employer Agent or the Employer. F. Participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verii/ publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of lnformatioh Act (FOrA). G. The foregoing constitutes the full agreement on this subject between DHS, the Employer and the E-Verify Employer Agent. Mainscape. Inc. (Employer) hereby designates and appoints !p@Qp!E.!p (E-Verify Employer Agent), including its officers and employees, as the E-Verify Employer Agent for the purpose of carrying out ftjlainscape. lnc. (Employe0 responsibilities underthe MOU between the Employer, the E-Verify Employer Agent, and DHS. Page 13 of 15 J E-Vedt MOU for Employe. (Clienl) uslng a E-Ve.ify Emdoyer Agem I Revislon Date O9/0r/08 wurw.dhs.gov/E-Verify 16.A.8.f Packet Pg. 361 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Company lD Number: 42803 Glient Company lD Number: 565668 The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer, the E-Verify Employer Agent and DHS respectively. lf you have any questions, contact E-Veritr/ at 1-888-464-4218. Approved by: Employer ualnscape. lnc. Namo lPle&se llpe Dr lrriIl) Slgnature E-Verify Employer Ag6nt Ere_gelqplEJG Scott Kunz Nanr6 (Fleaso-rype oi Prifil) : Iitte E!9ct!9!bu-9]st-tztt-----_ oSq%gc--- Sig ature Oate Narie (Please TtF. or ftir{) slgIaturc , lnformation Requlred For the E-Verlfy E-Verify Employer Agent Program lntormation relating to your Company; C()r parly Name:M:tin$cape, lnc, Paoe 14 of l5 | E-Verit! MOu fo. Employer (Ctrnt) using a E-Verify Employer Agent I Revbion Dale 09/0'l/0O t rmw.dhs.gov/E-Verify I!h-h 16.A.8.f Packet Pg. 362 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Company lD Number: 42803 Cllent Company lD Number: 565668 Company Facility Adrtress:13418 Eriiton Park Rd. Fi:ihcrc, lN 46038 County or Parish: HAMILION Efirp,oyer !ilentif icati0r't Nt,! nller: :.tsl 63351r0 North Americarr lndustry Classitication Systems Cttde:561 Administrator: Nurnber of Employees: 5o0 to 999 Pago 15 of 15 | E Verlry MOU for E rtploye' (Clienl) using a E-Verily Employer A0ent I Re!6ion Date Og/01/00 www.dhs-govrE-Verify 16.A.8.f Packet Pg. 363 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) CollierCountv c"ft-c.,'-*,, -,-1^+_-:*,rdiit5i.,t6Sd,ic' DcAr.lr6i,.Grnd S{r,qCrdir FoEr 6: Vendor Slbstitute W - 9 Requ€st for Taxpnyer IdeDtificltion N{Eber aud Cerdficatio.l In arcodatrae with the Inte.oal Rev€truc Servicc regulatioDs, Collier Cowty is requir€d to collear the followilg hformation for tlx repofting puposes Aom individuals and companies who do busircss wilh the County {inoluding socia! security numbersif used by the indivldual or company for &x loporting purposB). Florida Statute ll9-0?1(5) requires that the counry notify you ia writing ofthe reasor for collecting this information, which will b! used for no othcl pupose than herein stated, Plelsc coltrplete all information that applies to your busiress snd retum with your quote or prcposal, 1. Geleral Inforuation (provide all iaformation) Taxpayer Na-oe MarvrS,czr f<_ llt-f , las sno n on tncome tox tetum) BusitrEss Address Ciry fralle-rs state I vtdt rt-*-tt-- 2;.\- c- 1-1- Q I ar-- Order luforbatio! (Must be lilt.d,oot) Addrcss 3 a ,C i?t,v e,1q.- 7di,' a ciry *"t FL ^p9/.llzo ReErit / P.'ueut lrfontratioE (Must'be,filleal:oEa) ear,qs l3 tTB', 1+a.. ?a.r E-Q4. City stste lN zip-Y&{238- Email SolicilEtlon 1S-7660 2. CoEpany Status (check only one) -Individual / Sole Pioprietor Y Corooration -Partdership_Tax Exempt (Federal income tax-exempt gntity under Intemal Rgvsnue Sewice girid€tines IRC 501 (c) 3) 3. Taxpayer Idendfrc.tion Numbcr for d reporting pury)os.s otv 4- Slga.Ed D.tc ForE: CeitilicrtioD: Federal Tax Idcatification Numbcr to :'*sa1;1 "* qlrohl -l I tt''" Cn,r{*\\<; eEAl2A19 5i42 Nn p.47 * Lrmtcd Liabilrty C'Ompany \- ELter th. tar cl-csslffcetion--77^.---^.-.r- 16.A.8.f Packet Pg. 364 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Collier Couniy Sollcliation 1S,7660 E/2A/2A19 5:42 l\M p. 48 16.A.8.f Packet Pg. 365 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Collier County Soliciiatlon 19-7660 lnsurance / Bond T)pe 1. X \\orlicr-s ( ompelrsiition 10. 2- [ Employer's Liability 3. I Commerciai General Liability (Occurcnce Form) pattcrned alier lhe cuffent ISO lirrm +. 2!] lnd(mnitlca1ron 5, X Automobile Liability 6. I Othel insurance as notcd: 7. fl Bid bond 8. ! Performance and Paymcnt Bonds $ Per Occurence Rcqui|ed Limits St:1tu11r.\ l-irlriis,rf i;il)tiJa -!taLrLLi:s- fhaDtcr J-1i) iuld irll IreJc|al Coi cr.nncri \irtulor\ l-imil\ ilnJ I{Lquire erls Lr i,.icrrce o; \\'olkeri' L olnnensalil)n co., at.aqe or ,1 ( crtiiilittc ol Frcl.tption issrreil b) rhe rlriltc ir1 F[t|ida is rr:r1uir.ed. I illilic5 thai .]1.e, lilut.d as Soir pt.r)fri.i(n.\hiD: shall not be lcr;L,ircrJ to pror i,-ie a [rLrerl-ot crci]tfllon_ An rpplicriiot irr tlunrpiii,n . '1 l. .,'1..i '-',''.1, ,n..." $_1.{}t10.000_ sin3le lintit pcr lrcclu.icncc 13oiliir ln-iun l1jld l11)pc \ [)rnuse S_ I .000.000_sinr: lc iitnir fer oc(Lu-r'cltc.. !1.{t(}0.()a){) aggrcglle Li)r ll()!til} Inlu!) l.;rhilit: iLnJ Pr!Delt\ llrnracc IitrhjliL_r. lhis jhitll iicl .le l,rrnliscs:lncl Opc1i1;ur',:, IndefenJcrt ( oL[!actor\: Pro.lucls a]tJ C!nllplcted (JDcaiitions itnd a{rcarn.LLirl l.irbilitl. f. lhe nrn\irnuJrt c\tent l-.etn1it1e!i b) l,lorith lorr. the Ci)nrtactol.\:e..l,ri srrll dciiod. inLlcmnif iurd hLrid l:urr;rless ltllier (i)unt\. jts oili.crs and cnrplolccs i.orr ,rnr rn,..1 .r11 iiabilitics. di.,mise-(- loi5ei allrl .osts. includin!. bur l.rt litllited to. rcasonahle lltor-ner s- iccs r,nd plralclals' iics. to rhe e\LerL ailllscd b\ the n", ,:,,, ,. .- f..I r,,,t-.... - ",iLn:;..n., I r,,.1.i.,,n,.,, .,;'f ", tt... ','t " enplorcJor ulilizc,.l hr theContlucior:\cllCLrrilthelerli)rnralcc,:irhis \gi.'.',r,enl. S 1.000,000_ j,rclt L)clullence: Ilodih Irrlalr & Pr.felL: I)allrgc ( ),,r ned'\on-o.,r ned Hired: .\utomobilc Irrclu.leJ ! watercralt Shall be submitted with p.oposal rcsponse in the form of certified funds, cashiers' chcck or a1l inevocable ]e1ter oi credit- a cash bond posted with thc County Clerk, or p.oposal bond in a sum ec1ua1 to 5%o of the cost ploposal. All ohecks shall be made payable to the Colliel Coufly Board o1-Count) Commissiolers on a bank or trust company looated in the Stale o]'Flodda and insu'ed by the Federal Deposit Insurancc Corporation. For proiects in excess of $200,000, bonds shall be submitted \,\,ith thc executed oontract by Proposers receiving award, and rritte! for 100% ol the Conhacl award amount. the cost bornc by the Proposer receiling an a\,ard. Tltc Podbnnance ard Paymenl Bonds shall bc underwitten b) a surcty autholired to do business it the State of Fiorida and olher\rise acceplable to O1,'nor; providcd holvever, the suret), shall be rated irs "A.'ot better as to gcleral policy holders rating and Class V or higher ruting as to tilranoial size category and the amount required shall not cxcccd 5% of the repoted policy holders' surplus. al1 as repofied in lhe most cufient Best Key Raling Cuide- published by A.M. Best Compan), Inc. of 75 Fulton Street, New York" Neq,York 10038. 9.I Vendor sha]l ensure that all subcontractors comply \\,ith the same insurancc rcqui.ements that he is required to meet. l hc same Vendo. shall plovidc Coul1ry- with certificates ol'insurance neeting thc .cquired iisurance provisions. I Collie, Counry must be named as 'ADDITIONAL INSURED' on the lnsurance Cefiificate 1br Commerciai Gcncral Liability whcre lequired. This insurance shall be plimarl and [o[-cont butor]'u,ith respect to any other insuuncc nraintaiued by, or available lbr the benefit ol thc Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. Xl The Celtilicate Holder shall be nanred as Collicr Couity tsoard of Counry Commissioners, OR, Board of Counq Commissioners in Coliier County, OR Coilicr County Govemme[t, OR Collier County. The Cetificates ()1'lnsul.altoo must stat€ the Contract Number, or Projecl Numbei. or specific Pxrjcot dcsoription, or must read: For aly and ail uork perfonned on behalf of Collier County. a 2at2a19 5 42 AM p- 49 16.A.8.f Packet Pg. 366 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Cotlier County Solicitation 19-7660 X On all certilicates, the Certi{icate Holder must read: Collier County Board ol Commissiooers. J295 Tamiami 'Irail East- Naples- r-L 14l l2 I fUrty 1SO1 Days Cancellation Notice required. 5l24lt9 - CC Vertdor's lnsurance Statement we undcrstand the insumnce rcquircments of these spccifications and that the evidence of insurabilitv mal bc lcquired $'ithin tive (5) da) s ofthe a\r'ard ofthis solicitation. The insurance submitted must provide coverage lbra minimum ol'six (6) months liom thc date of award. Name of ljinn Vendor Signaturc Print Name Insurance Agency Agent Name 12. 13. 14. 'l eleplrcre Numbet ?I7- 464- S:-aa I At28l2o19 5:42 AM p. 50 o"" ?/zs/ r 7 County shali procure and maintain Builders fusk Insurance on all consruction projects rvhcre coveragc shall be endorsed ta cover the interests of Collier Count, as well as the Contractor. Premiums shall be billed nnd the Conhactor shall not include lluilders Risk prcmiums in its project proposal or 16.A.8.f Packet Pg. 367 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) CERTIFIGATE OF LIABILITY INSURANCETRis 09/1412018 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORT'ATION ONLYANO CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY Ai/lEND, EXTEND ORALTER THE COVERAGE AFFOROED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEO REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER lMPoRTANT:l,thgcertilicateholderisanAoD|TloNALlNSURED'thepo|icy(ias)mrrsthave@ lf SUBROGATION lS wAlVED, subject to the termB and conditlons of the policy, certain policies may require an endorsement. A statement on this certificate d0e3 not conter riEhts to the cedl{icale holder ln lieu ofsuch endorsement(s). Mccowan lnsurance Grcup lnc 355 lndiana Avenue Suile 200 lndianapolis tN 45204 kxilfcr Kathy Hoyer |I3.NE. E dr (317) 464-s000 lina.Nor (317)46+5001M INSURER{SI AFFOROING COVEFAGE lNsuRERA. The Floists' [,4utual lnsurance Co 13978 Mainscape, lnc.i Mainscape Fishers, LLC 13418 Britton Park Roed Fishe.s lN 46036 rNsuRERs. PhLladelphia lnsurance Co.18058 201&19IN Masier TH]S IS TO CERTIFY TI.IAT THE POLICIES OF INSURANCE LISTED BELOW HAVE INDICATED NOTWTHSTANDING ANY REQUIREIVENI TERM OR CONDITION OF ANY CONTRACI OR OTHER DOCUIVENT WTH RESPECT TO WHICH THIS CERTIFICATE MAY 8E ISSUED OR ]I/IAY PERTAIN, THE INSUMNCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALL THE TERMS EXCLUSIONSAND CONOITIONS OF SUCH POLICIES, LII\,4ITS SHOWN MAY HA\,€ BEEN REDUCED BY PAID CLAIMS. COTMERCIAL GENERAL LIABILITY CLA]MS-TMADE El occLJR D€signE&Olncl "ou." [X iES; fl .o" tr---l SCHEDULEoI I ArirosT=l NoN o\aNED AUTOSONLY I 7} AUTOS ONLY ANO EMPLOYERS' LIAEILITY Y/N Leased or renled Equip B Employee Dishonesty DESCR'PION OF OPERATTOTiS / LOCATTONS / VEHICLES (ACORO 101, Addirion.l R.oar*s Scnedule, mry be aaa.hed if moE .Fce is Equ iEd) The iollowing apply when required bywntten contract, subject to policy terms and conditions: General Liabilily Additional insured on a primary and non-contfl butory basis (including Completed Ops) and Waiver of Subrogatron rn favor of addrtional insured per torm 12031 (07/1 2) i Automobile Liability Additionai lnsured per form CA2048 (10/13) and pnmary. non-contributory per fom CA0,l49 (11116) and Vl,biver of Subrogation perlorm AiIA-WOS (121a) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBEO POLICIES EE CANCELLEO 9EFORE rHE EXPIRATION DATE THEREOE NOTICE WILL BE DELIVERED IN 'FoR rNFoRIvrATtoN puRposES oNLy'AppLTCABLE To STATES I accoRoANcE wlrH THE PoLlcY PRovlsloNs' A UTHORIZED REPRESENTATI\,€ {*,*t ,1"y.* O 1986.2015 ACORD GORPORATION. Allrights reserved. The ACORD name and logo are registerEd marks of ACORDACORO 25 (2016103) 16.A.8.f Packet Pg. 368 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Collier County Solicitation 19-7660 s.emqffimffi* Form 7: Vendor SubEittal - Local Vendor Preference Af,idavit (Check Approp ate Boxes Below) State of Florida (Select County ifVendor is described as a I-ocal Busitress) I Cottier county El Lee county Vcndor affirms that it is a local business as detined by the P.ocurement Ordinanc€ ofthe Collier County Board of County Commissioners and the Rcgulations Thereto. As defined in Section XV of the Collier County Procurement Ordinance: l,ocal business means the vendor has a cunent Business Tax Receipt issued by the Collier Count) I a,\ Collector prior to bid or proposal submission to do business within Collier Countv, and that identilies the business with a permancnt physical business addrcss located within the limits of Collier County from which the vendor's stal'f operates and performs business in an area z"oned for the conduct of such business. A Post Office Box or a facility that reccives mail. or a non-permarent structue such as a constuction trailer. storage shed. or other non- permancnt structure shall not be used for the purpose of establishing said physical address. ln addition to the foregoing, a vendor shall not be considered a "local business" unlcss it contdbutes to the economic devclopment and rvell-being ofCollicl County in a verifiable and measurablc way. This may include. but not be limited to, thc reteltion and cxpansion of employment opportunitics, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. VendoN shall aItrrm in writing their ormpliance rvith the foregoing at the time of submitting their bid or proposal to be cligible tbr consideBtion as a "local business" under this section. A vendor who misrcprcsents the Local Prel'ercnce status of its lirm in a Foposal or bid submitted to the Courty will lose the privilcge to claim Local Preference status lor a period ofup to one year under this section. Vendor must completc th{] following inlbmtation: Year Busincss Establishcd in ECollier Countl. or ! Lcc Count): Number of Employccs (lncluding Or',rer(s) or Corporute O1'tlcers): Number ol'timployees Living in ffi Coliier Counlv or ! Lee (lncluding O!\'ner(s) or Corporate Oificers;: I 25 Ilrequcstcd by the Count)- \'cndor $'ill be required to provide documentation substantiating the information given in this affidavit. Failure to do so rvill result in vendor's submission being deemed not applicable. vendor Name: Mainscape. INC.t)are: 9120/2019 Address in Collier or Lee County:3080 Ravenna Ave.. Naples, FL 34120 Title: AccountExecutive 2006 90i 8/2A/2O15 5:a2 AM p. 38 16.A.8.f Packet Pg. 369 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Collier County Solicitailon 19-7660 I.O LOCAL VENDOR PREFERENCE (LVP) l.l The Count) is using the Competitive Sealed Bid methodology of source selection for this prccurement. as authorized bl Ordinance Number 2017-08 establishing and adopting the Collie[ Coun0 Procurcmert Ordinance. 1.2 l,ocal business means the vendor has a current Business Tax Rcccipt issued by the Collier Countv '[a\ Collectol prior to bid or proposal submissiofl to do business within Collier County, and that identifies fhc business $ith a pe.manent physical business addrcss located withir the limits ot Collier County from 1\hich thc ,"endor's staffoperates and perlbrms business in an area z,oned for the conduct ofsuch busincss. A Post Ofiice Box or a facility that receircs mail- or a non-permanent structurc such as a construotion truiler. storage shcd, or othor non-pernancnt stucturc shail not bc used fbr thc purpose of establishing said physical address. In addition 10 the foregoing, a vendor shall not be considered a "locai business" uniess it contdbutes to the economic developmcnt and well-b€ing of Colliel County in a verifiablc and measu.able way. This may include, but not be limited 1(]. the retention and expansion of empiolmcnt opportunities. suppon and increase to rhe County's ta\ base- and residency ofemployccs and principals of the business \rithin Collier Countl. Vendors shall aflirm in lvriting their compliance u'ith the lbregoing at the time ol'submitting their bid or proposal to be eligible for considcration as a "local business" under this section. A vendo. who misrepresents the Local Prel-erence sta(us of its finn in a proposal or bid subnritted to the County will lose thc privilege to claim l,ocal Preierence slatus for a pefiod ofup to one yoar, 1.3 Under this solicitation- bidders dcsiring to reccive local profcrence will bc invited and required to affirmatively state and providc documentation as set lorth in the solicitation in support oftheir status as a local business. Ar1 bidder who t'ails to submit sufficient documentation with their bid offer shall not bc granted local prel'erence consideration for the purposes of that specific contract award. Except \\here t'ederal or stale lau, or ary other funding sourco, mandates to the contrary. Collier County and its agencies and instumentalities, will give prel'ercncc to local busincsses in the fbllowing manner. 1.1 (:ompetiti|e bid (local price match option). Each fornal competitive bid solicitation shall clearly identify horv the price ordcr ofthe bids received \yill be cvaluated and determined. When a qualilied and respolrsive- non-local business submits the lo\vest price bid. and the bid submitted b] one or more qualilied and responsivc local businesses is within ten percent of the price submitted by the non-local business. then thc local busincss with the appareDt lo$est bjd ofi'er (i.e., the lowcst local biddcr) shall have tl'rc opponunity to submit an offcr to match the pricc(s), less one (l) dollar, ol1'ered by the overall lowest, qualified and responsive bidder. ln such instances, staff shall first verity if the lowest non-local bidder and thc lo\t-est local bidder are in lact qualified and responsive bidders. Nc\t. the Procuremcnt Senices Division shall determine if thc lowest local bidder meets the rcquirements of |la. Staa, Sec.287.087 (Preferenccs to businesses $ith drug-fice rvorkplace programs). lf the lo\rest local bidder meets thc requirements of Fla, Stat, Sec. 287.087- the Procurcment Services Division shall inlitc the lowest local bidder to submit a matching ol'fcr. lcss one (l) dollar, within five (5) business days thercafter. Il'lhc lou,est iocal biddcr submits an ofl'er that l!ll) matches the lowest bid, lessone(l) dollar. from the lowcst nonJocal bidder tendered pr€viously. lhen award shal] be made to thc local bidder. llthe lo$'cst local bidder declines or is unable to match the lo\rest non-local bid pricc(s). then a$,ard rvill be made to the lo\lest oYemll qualificd and responsive bidder. Ifthe lowest local bidder does not meel. thc requirement ol Fla. Stat. Sec 287.087, and the lo\,'est ltonlocal biddcr does, arvard rvill bc made to thc bidder that mcets the requirements olthe reference state la\l. 1.5 Bidder must complete and submit \"ith their bid response the ,,|fficlait for Claiming Stahts qs d l,ocql B,siness rvhich is included as paft ofthis solicitation. Failure on the part of a Bidder to submit this Afiidavit with their bid response will preclude said Bidder from being considered for local preference oo lhis solicitatiorr. 1.6 A Bidder who misreprescnts the Local Prefcrcnce status of its firm in a bid submi(cd to the Counly will iose the privjlege to clajm Local Preference status for a pedod ol'up to one (1) year. l;7 The County may, as it deems n€cessary! conducl discussions rvith responsible bidders determined to be in contention for being selectcd for a$?rd fbr the purpose of clarilication to assure l'ull understanding o1'. and responsivcness to solicitation requirements, Al2Al2o19 5:12 AM p.39 16.A.8.f Packet Pg. 370 Attachment: 19-7662 Mainscape_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Ron DeSantis, Governorgf,.EHE#ffi.-?_Jr+1rlE+iI J.l.:a.l- * trbl:'lEI[.84*18GODDARD, GREGORY MARSHALLMAINSCAPE,INC.13418 BRITTON PARK RDFTSHERS rN 46038EXPIRATION DATE: AUGUST 31,2020Always verify licenses online at MyFloridaLicense.com_ Do not altei this document in any form.This is your license. lt is unlawful for anyone other than the licensee to use this document.r-rarseY Beshears' se"**' d $m $.u nSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE IRRIGATION SPECIALTY CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTES16.A.8.gPacket Pg. 371Attachment: Mainscape_Irrigation (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.h Packet Pg. 372 Attachment: 19-7662 WalkerService_Insurance_12-20-19 (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.h Packet Pg. 373 Attachment: 19-7662 WalkerService_Insurance_12-20-19 (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.h Packet Pg. 374 Attachment: 19-7662 WalkerService_Insurance_12-20-19 (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.iPacket Pg. 375Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 376Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 377Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 378Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 379Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 380Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 381Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 382Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 383Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 384Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 385Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 386Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 387Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 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: By: (SEAL) Dated: Contractor's Witnesses: L San1 on:±ha c�n1,no ,-- tType/pnnt witness namet sze-/),J�1t ontractor's Second Witness (2 olOv'vJ-o v-' VQ Ll ( (.o,? iTypefprint witness namei Approved as to Form and Legality: ____ County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Walkers Service Inc. Contractor None DBA By� Signature LISA A S WALKER I CEO iType/print signature and titlei !'age 14ofl7 F1�cd Term Scr�1cc Mul!,.Comracmr Agrccmem 2017 008 (Vl'f I) Crystal K. Kinzel, Clerk of Court & Comptroller 16.A.8.i Packet Pg. 388 Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work 16.A.8.iPacket Pg. 389Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 390Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 391Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 392Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 393Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 394Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 395Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 396Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 397Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 398Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 399Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 400Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 401Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 402Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 403Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 404Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 405Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 406Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 407Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 408Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 409Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 410Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 411Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 412Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 413Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 414Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 415Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 416Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 417Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 418Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 419Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 420Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 421Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 16.A.8.iPacket Pg. 422Attachment: 19-7662 WalkersService_Contract_VendorSigned_Redacted (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area PS: Barbara Lance PM: Melissa Pearson Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total 1 Median Mowing & Edging 52 Weekly 220.00$ 11,440.00$ 220.00$ 11,440.00$ 220.00$ 11,440.00$ 3 Weeding 52 Weekly 1,860.00$ 96,720.00$ 1,860.00$ 96,720.00$ 1,860.00$ 96,720.00$ 4 General Site Trimming 12 Monthly 3,800.00$ 45,600.00$ 3,800.00$ 45,600.00$ 3,800.00$ 45,600.00$ 5 Street Cleaning 52 Weekly 490.00$ 25,480.00$ 490.00$ 25,480.00$ 490.00$ 25,480.00$ 6 Trash Removal 52 Weekly 360.00$ 18,720.00$ 360.00$ 18,720.00$ 360.00$ 18,720.00$ 7 Irrigation System Maintenance & Repair 52 Weekly 1,950.00$ 101,400.00$ 1,950.00$ 101,400.00$ 1,950.00$ 101,400.00$ Unit Price Total Unit Price Total Unit Price Total 8 Gumbo Limbo 29 Each 60.00$ 1,740.00$ 80.00$ 2,320.00$ 100.00$ 2,900.00$ 9 Bridal Veil Trees 22 Each 50.00$ 1,100.00$ 60.00$ 1,320.00$ 70.00$ 1,540.00$ 10 Floss Silk Trees 5 Each 50.00$ 250.00$ 60.00$ 300.00$ 70.00$ 350.00$ 11 Wild Tamarinds 6 Each 50.00$ 300.00$ 60.00$ 360.00$ 70.00$ 420.00$ 12 Simpson Stopper Tree Form 29 Each 50.00$ 1,450.00$ 60.00$ 1,740.00$ 70.00$ 2,030.00$ 13 Slash Pine 55 Each 40.00$ 2,200.00$ 45.00$ 2,475.00$ 50.00$ 2,750.00$ 14 Bald Cypress 68 Each 40.00$ 2,720.00$ 45.00$ 3,060.00$ 50.00$ 3,400.00$ Unit Price Total Unit Price Total Unit Price Total 15 Pygmy Date Palms 37 Each 25.00$ 925.00$ 25.00$ 925.00$ 25.00$ 925.00$ 16 Sabal Palms 366 Each 40.00$ 14,640.00$ 40.00$ 14,640.00$ 40.00$ 14,640.00$ Unit Price Total Unit Price Total Unit Price Total 17 Pygmy Date Palms 37 Each 10.00$ 370.00$ 10.00$ 370.00$ 10.00$ 370.00$ 18 Sabal Palms 366 Each 20.00$ 7,320.00$ 20.00$ 7,320.00$ 20.00$ 7,320.00$ Unit Price Total Unit Price Total Unit Price Total 19 Application labor rate only (Granular fertilizer 8-2-12, County supplied), Turf, Groundcover, Shrubs, Trees; (309,461 SF @ 1.5 lbs/100SF= Approx 93 bags per application two times per year 186 50 LB Bag 22.00$ 4,092.00$ 22.00$ 4,092.00$ 22.00$ 4,092.00$ 20 Application labor rate only (Granular fertilizer, So-Po-Mag (0-0- 22) County supplied), Palms, Approx 1 bag per application, as needed 1 50 LB Bag 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 21 Application labor rate only (Granular fertilizer 8-2-12, County supplied), Additional for Palms; Approx 1 bag per application, as needed 1 50 LB Bag 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 22 Application labor rate only (Granular fertilizer, Micronutrients, County Supplied)1 50 LB Bag 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 23 Application labor &materials (Drench) (Sequestrene Iron, Contractor supplied) 1 Lump Sum 5,800.00$ 5,800.00$ 5,800.00$ 5,800.00$ 5,800.00$ 5,800.00$ ITB # 19- 7662 BID SCHEDULE IMMOKALEE ROAD LANDSCAPE MAINTENANCE (COLLIER BLVD TO WILSON BLVD) WORK AREA 18B APPROXIMATELY 5.0 miles 2. SITE SPECIFIC MAINTENANCE WORK AREA 18B: Immokalee Road from Collier Blvd to Wilson Blvd Palms (June) Palms, Seed Pod Removals, as needed ALL LINES MUST BE BID Quantities are approximate for bidding purposes. NOTE: BID LINE ITEMS THAT ARE MATERIALLY UNBALANCED MAY BE DEEMED NON-RESPONSIVE. Year 1 Prices Year 2 Prices Year 3 Prices 1. ROUTINE MAINTENANCE Canopy Trees (April - September) FERTILIZATION: Groundcover, Shrub, Tree, & Palm (Granular-County supplied / Liquid-Contractor supplied) TREE & PALM MAINTENANCE 16.A.8.j Packet Pg. 423 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) PS: Barbara Lance PM: Melissa Pearson Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total 24 Application labor & materials (20-20-20 w/Ferromec AC 13-0-0 plus 6% Iron, Contractor supplied) 1 Lump Sum 4,800.00$ 4,800.00$ 4,800.00$ 4,800.00$ 4,800.00$ 4,800.00$ Unit Price Total Unit Price Total Unit Price Total 25 Insecticides & Fungicides Application Labor & Materials (Foliar)1 Lump Sum 6,900.00$ 6,900.00$ 6,900.00$ 6,900.00$ 6,900.00$ 6,900.00$ 26 Insecticides & Fungicides Application Labor & Materials (Drench)1 Lump Sum 9,800.00$ 9,800.00$ 9,800.00$ 9,800.00$ 9,800.00$ 9,800.00$ 27 Insecticides & Fungicides Application Labor & Materials (Turf)1 Lump Sum 7,800.00$ 7,800.00$ 7,800.00$ 7,800.00$ 7,800.00$ 7,800.00$ 28 Herbicides Application Labor & Materials (Pre or Post Emergent)1 Lump Sum 7,100.00$ 7,100.00$ 7,100.00$ 7,100.00$ 7,100.00$ 7,100.00$ 29 Herbicides Application Labor & Materials (Turf)1 Lump Sum 7,200.00$ 7,200.00$ 7,200.00$ 7,200.00$ 7,200.00$ 7,200.00$ Year 1 Prices Year 2 Prices Year 3 Prices Unit Price Total Unit Price Total Unit Price Total 30 Growth Regulator Applications Labor & Material 1 Lump Sum 7,200.00$ 7,200.00$ 7,200.00$ 7,200.00$ 7,200.00$ 7,200.00$ Unit Price Total Unit Price Total Unit Price Total 31 Application labor & materials rate (Contractor supplied mulch)7,398 Bag 6.00$ 44,388.00$ 6.00$ 44,388.00$ 6.00$ 44,388.00$ 32 Application labor only rate (County supplied mulch)7,398 Bag 3.00$ 22,194.00$ 3.00$ 22,194.00$ 3.00$ 22,194.00$ Unit Price Total Unit Price Total Unit Price Total 33 Brick Pavers & Concrete Surfaces - all areas 1 Lump Sum 8,500.00$ 8,500.00$ 8,500.00$ 8,500.00$ 8,500.00$ 8,500.00$ Unit Price Total Unit Price Total Unit Price Total 34 Landscape Supervisor 1 Hourly 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 35 Landscape Laborer 1 Hourly 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ Unit Price Total Unit Price Total Unit Price Total 36 Irrigation Supervisor 1 Hourly 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 37 Irrigation Technician 1 Hourly 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 38 Irrigation System Review 1 Hourly 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 39 Irrigation Supervisor After Hours is 7:00 p.m. - 6:30 a.m.1 Hourly 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 40 Irrigation Technician After Hours is 7:00 p.m. - 6:30 a.m.1 Hourly 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ Unit Price Total Unit Price Total Unit Price Total 41 Supervisor 1 Hourly 140.00$ 140.00$ 140.00$ 140.00$ 140.00$ 140.00$ 42 Laborer 1 Hourly 90.00$ 90.00$ 90.00$ 90.00$ 90.00$ 90.00$ Unit Price Total Unit Price Total Unit Price Total 43 Staking Large Palms (Caliper greater than 6")1 Each 130.00$ 130.00$ 135.00$ 135.00$ 140.00$ 140.00$ 44 Staking Small Canopy Tree (2x2 posts and guy wire, 4"-6" caliper)1 Each 110.00$ 110.00$ 115.00$ 115.00$ 120.00$ 120.00$ 45 Staking Large Canopy Tree (2x4 posts, greater than 6" caliper)1 Each 180.00$ 180.00$ 185.00$ 185.00$ 190.00$ 190.00$ 46 Restanding and Staking Small Palm (4"-6" Caliper) 1 Each 180.00$ 180.00$ 185.00$ 185.00$ 190.00$ 190.00$ 3. ALTERNATIVE SERVICES LANDSCAPE PERSONNEL LABOR HOURS GROWTH REGULATOR APPLICATIONS (Contractor supplied - Trimtect® or Equivalent) MULCHING (2" mulch, 2 cubic foot bags) PRESSURE CLEANING (inclusive of all labor, materials, equipment to complete the work) EMERGENCY RESPONSE LABOR HOURS (After 5:00 p.m., Monday - Friday, and 24 hours during weekends & holidays) TREE & PALM MAINTENANCE SERVICES (All inclusive of labor, equipment, watering, materials, and incidentials to complete the work) IRRIGATION PERSONNEL LABOR HOURS ORNAMENTAL & TURF SPRAYING: Turf, Groundcover, Shrub, Tree, and Palm (Contractor supplied chemicals) 16.A.8.j Packet Pg. 424 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) PS: Barbara Lance PM: Melissa Pearson Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total 47 Restanding and Staking Large Palms Caliper greater than 6")1 Each 350.00$ 350.00$ 360.00$ 360.00$ 370.00$ 370.00$ 48 Restanding and Staking Small Canopy Tree 2x2 posts and guy wire, 4"-6" caliper)1 Each 180.00$ 180.00$ 185.00$ 185.00$ 190.00$ 190.00$ 49 Restaking Large Canopy Tree (2x4 posts, greater than 6" caliper)1 Each 200.00$ 200.00$ 210.00$ 210.00$ 220.00$ 220.00$ 50 Removal: Small Palms - Alexander, Pygmy Date, Montegomery, Thrinax, Cocothrinax, (includes root balls and stumps)1 Each 160.00$ 160.00$ 170.00$ 170.00$ 180.00$ 180.00$ 51 Removal: Medium Palms - Foxtail & Sabal (includes root balls and stumps)1 Each 240.00$ 240.00$ 260.00$ 260.00$ 280.00$ 280.00$ 52 Removal: Large Palms - Royal & Bismarck (includes root balls and stumps)1 Each 380.00$ 380.00$ 400.00$ 400.00$ 420.00$ 420.00$ 53 Removal: Small Trees - Trees up to 10 feet in height (includes root balls and stumps)1 Each 180.00$ 180.00$ 190.00$ 190.00$ 200.00$ 200.00$ 54 Removal: Medium Trees - 11 feet in height but less than 20 feet in height (includes root balls and stumps)1 Each 360.00$ 360.00$ 380.00$ 380.00$ 400.00$ 400.00$ 55 Removal: Large Trees - 20 feet in height and greater (includes root balls and stumps)1 Each 800.00$ 800.00$ 850.00$ 850.00$ 900.00$ 900.00$ 56 Stump tip overs (small)1 Each 50.00$ 50.00$ 55.00$ 55.00$ 60.00$ 60.00$ 57 Stump tip overs (medium)1 Each 110.00$ 110.00$ 120.00$ 120.00$ 130.00$ 130.00$ 58 Stump tip overs (large)1 Each 240.00$ 240.00$ 260.00$ 260.00$ 280.00$ 280.00$ 59 Soil replacement (fill in stump tip over hole) 1 Cubic Yard 140.00$ 140.00$ 150.00$ 150.00$ 160.00$ 160.00$ 60 Cut Dead Palm to a 3' stump (All sizes)1 Hour 130.00$ 130.00$ 140.00$ 140.00$ 150.00$ 150.00$ 61 Cut Dead Tree to a 3' stump (All sizes)1 Hour 380.00$ 380.00$ 400.00$ 400.00$ 420.00$ 420.00$ 62 Debris Removal 1 Cubic Yard 120.00$ 120.00$ 130.00$ 130.00$ 140.00$ 140.00$ Unit Price Total Unit Price Total Unit Price Total 63 Bucket Truck 1 Hour 140.00$ 140.00$ 150.00$ 150.00$ 160.00$ 160.00$ 64 Water Truck 1 Hour 160.00$ 160.00$ 170.00$ 170.00$ 180.00$ 180.00$ 65 Mini Excavator 1 Hour 180.00$ 180.00$ 190.00$ 190.00$ 200.00$ 200.00$ 66 Crane Truck 1 Hour 450.00$ 450.00$ 500.00$ 500.00$ 550.00$ 550.00$ 67 Skid Loader 1 Hour 95.00$ 95.00$ 100.00$ 100.00$ 110.00$ 110.00$ Unit Price Total Unit Price Total Unit Price Total 68 Site Clearing Damage 1 Hourly 105.00$ 105.00$ 105.00$ 105.00$ 105.00$ 105.00$ Unit Price Total Unit Price Total Unit Price Total 69 Side ROW Mowing & Edging 26 Bi-Weekly 6,450.00$ 167,700.00$ 6,450.00$ 167,700.00$ 6,450.00$ 167,700.00$ 70 YES NO WALKERS SERVICE yes yes MATERIALS MARKUP PERCENTAGE IS 10% ( percentage is a markup on non-bid line items. Receipts are required as backup with invoice for verification) Required Documents BID TOTAL (YEARS 1 - 3) Side Right-of-Way Mowing & Edging 646,939.00$ EQUIPMENT WITH OPERATOR RATES (Inclusive of labor, equipment, fuel & materials) TRAFFIC ACCIDENT CLEAN UP (Work consists of hourly labor rate for removal of damaged plant materials and accident debris, equipment to cleanup site from traffic accident, hauling disposed debris and materials to a disposal site, blowing mulch from roadway and hardscapes surfaces, re-installing non-damaged plant materials that have a viable life, and arranging the other disturbed materials to the correct landscape design.). Landscape License Irrigation License YEARS 1 - 3 SUBTOTALS 1,934,327.00$ 644,774.00$ 642,614.00$ 16.A.8.j Packet Pg. 425 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) PS: Barbara Lance PM: Melissa Pearson Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total yes yes yes yes yes yes yes yes yes yes yes YES NO yes yes yes yes yes no yes yes Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S. Form 6: Vendor Substitute W – 9 Form 7: Vendor Submittal – Local Vendor Preference Affidavit Form 4: Vendor Declaration Statement Required Forms Maintenance of Traffic Certificate, Intermediate Level, with three (3) years experience Equipment List: Provide a list of all company-owned and leased equipment for this contract. Experience: Provide a brief description describing a minimum three (3) years experience that is relevant and similar to the Scope of Work and specifications. Irrigation list of projects showing three (3) years' experience with Motorola Irrigation Control Systems or equivalent smart controller systems. References: Include three (3) governmental or commercial references relevant to the services listed in the specifications Green Industries, Best Management Practices, Certificate (or must be obtained within 6 months) Form 2: Vendor Check List Form 3: Conflict of Interest Affidavit Pesticide License Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. Form 5: Immigration Affidavit Certification Pesticide Employee Identification Card for non-certified employees OR a listing of employees’ names and their issued ID card numbers that will perform pest control for a licensed company. Each ID card must be an employee of the licensed company and work under the direct supervision of the certified operator in charge. Chapter, 482.091 F.S. International Society of Arborists (ISA) certification Insurance and Bonding Requirements E-Verify 16.A.8.j Packet Pg. 426 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Form 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: ________________________________________ Date ___________ 16.A.8.j Packet Pg. 427 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules – The firm has not set the “ground rules” for affiliated past or current Collier County project identified above (e.g., writing a procurement’s statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity – The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor’s ability to render impartial advice to the government. Unequal access to information – The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the “sunshine”) or through non-public (not in the “sunshine”) conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one o r more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby di scloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, o rganizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: ____________________________________________________________________________ Signature and Date: _________________________________________________________________ Print Name: _______________________________________________________________________ Title of Signatory: __________________________________________________________________ 16.A.8.j Packet Pg. 428 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County docu ment for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on thi s _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Signature by: (Typed and written) Title: 16.A.8.j Packet Pg. 429 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: 16.A.8.j Packet Pg. 430 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 431 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $____1,000,000__ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $__1,000,000_____single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $__1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 16.A.8.j Packet Pg. 432 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. 8/20/19 - CC ___________________________________________________________________________________________________________ Vendor’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm _______________________________________ Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name ___________________________________ Telephone Number ________________ 16.A.8.j Packet Pg. 433 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 434 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 435 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 436 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) riB 0 c LL .., 0 N � 0 ·= =,.. a; c. in ... -· � J:? .:: ;, � 0 ui g 0 ; "' c .!! ill c 1 o • LL "E � ·- - c 0 ·- ... cu D. E 0 u •• 0 cu ... ta u ·- •• ·- ... '- cu u 16.A.8.jPacket Pg. 437Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work HN CCIITlple4IMI I Florida� of Tr� Approved T9fflponwy T...nk Control (TTC) llllill'rnedlftl COUl'H. Hn Complellld • Flondli o.pa,ti,_ olTranspo,u,tion ApprOVtd T-pc>IWy Traffic Control (TTC) lntermecllaet COUIW. �I 'EY Centt'lc- # 47504 FOOT ProYlder # 15 C.,ukm#47499 FOOTProYlcMr#15 Cwtlllcal9# 47502 FOOT ProYkh,r# 15 Thts Certifies that Ju•n C. To,,., This Certifies that Tenild L. Ward This Certifies that Cal"los V111que:i: 0.. Explrw: OV08/2023 lnstn,etor: Keven Ba11nger I>* Expkw: 0210&"2023 IMtNc:tor: Kewn � Hn CrmpletMI • Florw. �nt olTrant,pOttadon APPJOVtd T-porary Traffic Control (TTC) tntM'IMCllnt C°"'". Unlttd Sar.ty CO\lncil PhoM; 4,07.997"""'456 1505 E. Colonl1I Drfv• Orilndo, FL 32803 unlttd111htycouncH.com 11vlctor911orkl1Hfaty .orv Unn.d S.t.ty CouncH Ption.: 407.Q7-4451 1505 E. Colonl1I Dnv1 Orlllndo, FL 32803 untt.dllafetycouncN.com g,,k;torClfloridn�.org Oat. Explrw: 0210&"2023 IMtrur:IOr: Kewn Belw,ger FOC!J\l Unlwd Sar.ty Councll Phon1; ol07..et7-44&6 1506 E. Coloni.11 Drtv• Orlando, FL 32803 unlt.dNflllycouncM.com gvlctor8ftondullhty .org FOCI\) FOCI\) This Certifies that Derek M. Nichols HM Comp691,td • FlQrtdli D1pa'tn1etll. of� Approved T-p,xary Traffic Control (TTC) lnttrmadl• C_.., 0.. ExplfN: 02/08/2023 C�#47500 Instructor: Keven Belanger FOOT Provlci.r# 15 United S1r.ty Councll �: 407-117"""'511 @ 1505 E. Colonllll Drive Ol11ndo, FL 32903 unlteds.r.tycoun<:11.com ll"lctor@florldaHfety.org . FOCI\) This Certifies that hderlco Flon,s Hn C� I Flortdll Depe,tmenl: cf Tranapottallon Approv9d T-porary Traffic Control {TIC) I� COUl'M. 0... Explrn: 02/0a,12023 CtortfflclD # 47501 1-: Keven Belanger FOOT Provide!'# 15 United S.fefy Coundl @ Phone: 407-117-4451 150& E. Colonl1I Or1¥1 Ort1ndo, FL 32903 unit.dHfM),councU.com gvlctorctflorkluafety ,Ol'II FOCI\) This Certifies that Alfredo Uriostegui Hn Complntd I Florida� of Tr� Approved T..,,porary Tr.tl'k: Control (TTC) tntilnnedl• CourH. 0-. Eltpl'": 0210812023 c.rtfflc:IU # 47503 lnsttuc:tor: Keven 8o1anQer FOOT Provktff # 15 United S.t.ty Council @ Phone: 407-1117-44541 1505 E. Colonilll Dffva On1ndo, FL 32803 unlteds.r.ty�unc;N.,;om g..lctor@lloridnlf.-ty.org 16.A.8.j Packet Pg. 438 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) FOCI\) This Certifies that Chrl,topher J. Bl11onnette Hu Coms,i.tad I Flortcili Depa,tment of Tran� APPJO'iad Tempon,ry T...nle Control (TTC) lntenntdlm CourM. om bpi,...: CM/12/2023 lnltruCtor: Keven Belanger Unlml S,fety CouneH Phona: 407-H7-4458 15011 e. Colonial Driva Orlando, FL 32903 unltedsafetycounell.eom gvk:tor@llorid111ftty.oru Cartffkata II 50275 FOOT Provider# 15 FOCI\) This Certifies that ---- Travis L. Ewing HN Compl,MNI I f1oridll °"'*"I ... of T� Appn,wad Temporwy Traflk Control (TTCI lnt:ann.dlnl Couraa. DaClf Expll'N: 04112/2023 Cltl'tlllcala # 50277 lnstruc:tor: Kewn 881.ang« FOOT Provider# 15 Unlml Sai.ty Council @ Phona: 407-897""44M 1505 E. Colonlal Drtva Or1ando, FL 32803 untt.dsafetycouneil.eom gvlctor@llorid11aftty.oru • FOCI\) This Certrfies that Louie K. Fisher HN Comp6ah>d I Florida �1 .. 'll ofTranaportation Approyad Temponry T...nk: Control (TTC) I� CourM. O• Expll'N: CM/12/2023 CartffleD # 5026<1 lnstruetor: Kawn Belanger FOOTProvld9r#1S Uniwd S,tety Couneil @ Phona: 407 4'7"'451 1505 E. Colonial Drtva Orlando, FL 32803 unltadsafetyeounell.com gvk:tortlftorldas.taty.org 16.A.8.j Packet Pg. 439 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 440 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 441 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 442 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 443 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Date April 22, 2019 File l\o. JB2SS772 Expires May 31. 2020 STATE OF FLORIDA Drp.1rtmrnt of a11multurr ane Comi:umrr •rtitt11 BUREAU OF LICE1'SING AND E.'..rFORCEMENT WALKERS SERVICE lNC 6620 RIVERSIDE DR Pt:ST COl'iTROL COMPANY FIRM STATE OF FLORIDA 'iDtparttntnt of a:gmulturr anb Ccnaunter $tr1Jict5 BURt:AU OF LICEc\SING AKD E:,;FORCt:MENT THE PEST CONTROL COMPANY FIRM NAM"ED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: May 31, 2020 AT 6620 RIVERSIDE DR PUNTA GORDA, FL 33982 JB258772 HAS PAID THE FEE REQUIRED BY CHAPTER482 FOR THE PERIOD EXPIRING Ml)" 31, 2020 WALKERS SERVICE INC 6620 RIVERSIDE DR PUJ\'TA GORDA, FL 33982 Lawn and Ornamental n I l'.JU -<,,:.,} C0'1\llSSJO'JfR S,gnature wauel • o ere BUREAU Of LJCE\/SING & ENFORCEMENT 3!2S CON'sER BLVD. BLOO 8 TALLAHASSEE. FLORIDA 32399- l6SO STATE OF FLOR.JOA lElrpartmtnt of �grnulturt anb Censumer $tr1Jirt! BUREAU OF LJCE:'liSl:,;G AND E:,;FORCEMEl',"T , Date April 22, 2019 File No. JE22993 Expires Ma�· 31, 2020 THE ID CARD HOLDER NAM"ED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: May 31, 2020 AT WALKERS SERVICE INC PUJ\"TA GORDA. FL 33982 ANTHONY OON MARTIN WALKERS SERVICE !NC 6620 RIVERSIDE DR PUNT A GORDA, FL 33982 ��L�KJ�lMISSIONER Cutified Operarnr STATE OF FLORIDA 1:Dtpartmmt of agru:ulturr anb ttomrnmtr §.trlJittS BUREAU OF LICENSING AND E'IFORCEMEI\I D,e April 22, 2019 File No. JE259232 Expm:s May 31, 2020 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: Ma) 3l, 2020 AT WALKERS SERVICE INC PUl',T A GORDA. FL 33982 CLIFFORO FRAJ\'CIS WAL KER WALKERS SERVICE NC 6620 RIVERSIDE DR PU?\I A GORDA, FL 33982 �JL�Kl�M!SSIONER Regular 16.A.8.j Packet Pg. 444 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) ST A TE Of FLORIDA iDtparnntnt of �gnculturt imb Consumtr �rbtms BUREAU OF LICE:"l"SING AND E'.'.fORCEMEr-iT ' Dae April 22, 2019 F1kNo JE2842-10 Expires May 31, 2020 , THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING. May 31. 2020 AT WALKERS SERVICE 11'C PUNTA GORDA, FL 33982 CHRISTOPHER JAMES BTSSONNETrE WALKERS SERVICE INC 6620 RIVERSIDE DR PU1'TA GORDA. FL 33982 ��L�Kl�lMJSSlO'iER Regular STAT!c or FLORIDA mrpartmtnt of lelgmulturt anb Consumer �rtxus BURE:AU OF LICE:"/SING ANO E'.NfORCEME!\"T o,. April 22, 2019 �1k No JE259235 Expire� Ma) 31, 2020 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRJNG: May 31, 2020 WALKERS SERVICE rNC PU1'\TA GORDA. �L 33982 TRAVIS LEE EWING WALKERS SERVICE lt-C 6620 RIVERSIDE DR PUNT A GORDA, FL 33'182 :,.Q�L�Kl�MISS!O:SER Regular AT STA TE OF FLORIDA ;l9eparcmtnt of �griculturt anb Censumer .iitrblct.5 BUREAU OF LICE.'iSl:"l"G AND ENFORCEMENT o,. April 22, 2019 File No JE259237 Expires May 31, 2020 THE ID CARD HOLDER NA.MED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: May 31, 2020 AT WALKERS SERVICE INC PUNT A GORDA. FL 33982 FEDERICO FLORES WALKERS SERVICE IXC 6620 RIVERSIDE DR PUNTA GORDA. FL 33982 hQ�L�K1�MISSl01'.ER 16.A.8.j Packet Pg. 445 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) STATE OF n,ORIDA l::ltpartmtnt of agrimlturt anb €:omi:umtr �rbtcts: BUREAU OF LICENSING AJ",11) ENFORCEJ\lt:/1, T ' Dare April 22, 2019 File No JE279409 Exp,res Ma) 31, 2020 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER482 FOR THE PERJOD EXPIRING: May 31, 2020 WALKERS SERVICE INC PUNTA GORDA. FL 33982 DEREK MICHAEL NICHOLS WALKERSSERVlCE INC 6620 RIVERSIDE DR PUNTA GORDA, FL 33982 n�L�Kl�MJSSIO/','ER Regular AT ST A TE OF t LORIDA iatpartmtnt of a:grimltun anb 41:ons:umrr strums BUREAU OF LICE:"ISING AND ENFORCEI\IE/\ T Do" April 22, 2019 File No JE259236 Expires May JI, 2020 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING. May 31,2020 AT WALKERS SERVICE INC PUNT A GORDA. FL 33982 ALFREDO UR!OSTEGUI WALKERS SERVICE 11"C 6620 RIVERSIDE DR PUNTA GORDA. FL 33982 n�L�KKl�lMJSSIONER Regular ST A TE OF FLORIDA i9tparcmmt of a:gricultun anb Censumer str\J:us: BUREAU or LICENSING A.t'\'D E:"IFORCEME/\ T Da!e April 22. 2019 File No JE265149 Expires Ma) JI, 2020 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: May 31,2020 AT WALKERS SERVICE JNC PUNTA GORDA. FL 33982 CARLOS VASQUEZ WALKERS SERVICE INC 6620 RIVERSIDE DR PUNT A GORDA, FL 33982 f) I u\.L A-,;./ NICOLE "NIKKJ�E�MISSIONER Rtgular 16.A.8.j Packet Pg. 446 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) STATE OF FLO!t!OA iDtpartmtnt of Sgriculrurt anh Consumer �rlxrt!i BUREAU OF LICENSl:"iG AND E�}'ORCEMENT Date April 22, 2019 File No JE259231 Expires May 31, 2020 ' THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: May 31, 2020 AT WALKERS SER VICE INC PUNTAGORDA.FL 33982 JUAN C TORRES VELEZ WALKERS SERVICE !KC 6620 RIVERSIDE DR PUNTA GORDA. FL 33982 �6L�Kl�M.ISSIONER Rtgular STATE OF FLORIDA :il\tpartmtnt of 2lgr1rulrurt anb tr:onsumtr �riicts BUREAU OF LICEJliSING AND ENFORCEME:"iT D,e April 22, 2019 File No JE259234 Expires ]\-la) 31.2020 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING. May 31,2020 AT WALKERS SERVICE l"KC PUNT A GORDA. FL 33982 TERALDLYNWARD WALKERS SERVICE INC 6620 RIVERSIDE DR PUNT A GORDA, FL 33982 �6l�Kl�M!SS!O'.\'ER RC'gular 16.A.8.j Packet Pg. 447 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 448 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 449 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) STATE OF FLORIDA Department of Agriculture anb Consumer serbites BUREAU OF LICENSING AND ENFORCEMENT Date July 25, 2019 File No LC175029 Expires March 31, 2020 THE COMMERCIAL LANDSCAPE MAINT. HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: March 31, 2020 CLIFFORD FRANCIS WALKER 6620 RIVERSIDE DRIVE PUNTA GORDA, FL 33982 a.g.4e.... 16.A.8.j Packet Pg. 450 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 451 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) CONTRACTOR'S OPERATING CERTIFICATE SARASOTA COUNTY Registered Irrigation Specialty Contractor EXPIRES :9/30/20 LICENSE# RGLAIR - SIS - 63 HAMPSON, JEREMY T AMERICAN IRRIGATION LLC DBA AMERICA 4366 SHOREWOOD ST 16.A.8.j Packet Pg. 452 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 453 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 454 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 455 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 1 of 2 6620 Riverside Drive, Punta Gorda, FL 33982 941-747-7740 941-750-0048 FAX Contact@WalkersServiceFL.com Walkers Service Inc., a family owned and operated business was established in 1997. It has built a foundation on experience, integrity, pride, and positive attitude. Walkers Service Inc. has been successful due to dedication, teamwork, and living by the “Golden Rule.” Walkers Service Inc. employs up to 30 full-time team members working together annually and has established good will through many commercial relationships. We have been servicing the Manatee and surrounding counties for the past 17 years. Our Team consists of several key personnel, some of which are listed below, with various assets that contribute to the success of our company and able to be utilized for this contract.  CLIFFORD WALKER- President, His vast 30+ years’ experience- has led him to have a wide knowledge base of all areas of grounds maintenance. He also specializes in Tree Removal/ Trimming. He holds a limited pesticide applicator license with ROW category, Best Management Practices Certification, and an Advance MOT Certification. He educates and supports employees, participates in hands on work with the crews, manages sales/ estimates, and assists with administrative work.  LISA WALKER- CEO, Treasurer has a wide range of experience which includes, accounting/ bookkeeping, real estate sales, business ownership and management, marketing, 12+ years’ experience with residential and commercial grounds maintenance. Holds a Paramedic Technology Degree and a Florida Real Estate Brokers License. She supports The Team concept. She manages the business, administration, and overall well-being of the company.  FEDERICO FLORES- Equipment Operator and Crew Leader. 15+ years’ experience in Farm Work, Equipment, and maintenance. He Supervises and leads his own crew and routes. Maintains equipment. Equipment mechanic.  TERALD WARD- Equipment Operator and Crew Leader- 15+ years’ experience in residential and commercial grounds maintenance. He supervises and leads his own crew. Maintains equipment. Manages the work on his routes including communications with clients. Maintains a Limited Landscape Pesticide Applicator License and Advance MOT.  JUAN TORRES- 10+ years’ experience in residential and commercial grounds maintenance. Equipment Operator, Crew Leader, and equipment maintenance technician. He Supervises and leads his own crew. Manages route. Fluent in English and Spanish.  ROLANDO AVECILLAS- 30+ years’ experience as a mechanic and has business ownership experience. He is a certified Master Technician and manages the shop and maintenance programs and repairs. He is a team player and assists with any task needed to get a job done 16.A.8.j Packet Pg. 456 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 2 of 2 Walkers Service Inc. has completed projects for ROW Mowing, County and City Facilities Maintenance, Tree Removal and Trimming, Hurricane Clean Up, Design and Install Paver Patios, Walkways and Landscape, Construction Site Clean Up, Land Clearing, and Irrigation Repair and Installation. The following is a list of accounts serviced and/or currently servicing:  CHARLOTTE COUNTY –R.O.W., SAFETY MOWING, SPECIALTY MOWING, MEDIANS, DITCHES, CANALS, PARKS AND FACILITIES, RETENTION PONDS  CITY OF NORTH PORT –ROADWAY, R.O.W., FDOT MOWING, SPRINGS, PARKS, FLEET, UTILITIES  CITY OF PUNTA GORDA- R.O.W. INCLUDING FDOT, CODE ENFORCEMENT LOT MOWING  CITY OF VENICE- Airport, Police, Fire, Utilities, Waste Water, Code Enforcement  HILLSBOROUGH COUNTY PUBLIC SCHOOLS (Various locations)  SARASOTA COUNTY- Parks, Facilities, Preserves, Roadway, Utilities  AIRPORT MANATEE  MANATEE SARASOTA (SRQ) AIRPORT  MANATEE COUNTY LIFT STATION, WASTE WATER PLANT, MANATEE COUNTY CONVENTION (CIVIC) CENTER, CODE ENFORCEMENT  ORANGE COUNTY TEXAS HURRICANE CLEAN UP  PINELLAS TRAIL  TOWN OF LONGBOAT KEY- ROW  COLDWELL BANKER COMMERCIAL  WICK CORPORATION  MEDALLION HOMES  UNIVERSITY SQUARE SHOPPING CENTER  WILLIAMS PARKER LAW FIRM  TIRES PLUS MANATEE & SARASOTA  PRAIRIE CREEK PARK GREENBELT &ROADWAY MOWING (Punta Gorda) Walkers Service Incorporated’s Goal is to grow our business to be one of the Best Well Respected Commercial Grounds Maintenance Company while contributing to Florida’s taskforce. Employing individuals that desire to contribute to our success as a company and as an individual. 16.A.8.j Packet Pg. 457 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) REFERENCES: Charlotte County 7000 Florida St, Punta Gorda, FL 33950 Chuc k Peters 941-740-0585 Chuck.Peters@charlottecountyfl.gov County ROW Landscape Maintenance West,Mid,South $6,300,000 10/1/2016 t o 12/31/2019 Charlotte County 18500 Murdock Circle, Port Charlotte, FL 33948 Vicki Chichura 941-769-0541 Vicki.Chichura@charlottecountyfl.gov Lift Stations Ground Maintenance $137,603 11/1/2013 t o 9/30/2016 Sarasota County 8781 Bee Ridge Rd, Sarasota, FL 34241 Bob Allen 941-302-4279 Rallen@scgov.net Grounds Maintenance of ROW & Medians- Zone 2 $357,000 5/16/2017 to 3/15/2020 Sarasota County 4000 Knights Trail Rd, Nokomis, FL 34275 Jeff Edwards 941-373-5513 JAEdward@scgov.net Landscape Services for Solid Waste Rough Cut Mow $74,395 $115,776 2/17/2015 to 2/14/2020 10/1/2017 to 9/30/2020 Hillsborough County Public Schools 3838 N 50th St, Tampa, FL 33619 Derek Maples 813-635-1170 Derek.Maples@sdhc.k12.fl.us Lawn Maintenance of Various School Sites- Zone13M $512,850 12/21/2014 to 12/20/2021 City of Punta Gorda 3130 Cooper Street, Punta Gorda, FL 33950 Art Brewster 941-628-4496 abrewster@pggorda.us US41ROW & Median Mowing US41ROW Mowing $65,100 $117,760 10/1/2017 -9/30/2020 9/26/2011 -9/25/2017 16.A.8.j Packet Pg. 458 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 459 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 460 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 461 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 462 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) AMERICAN IRRIGATION: Charlotte County Chuck Peters, 941-740-0585, Chuck.Peters@charlottecountyfl.gov $17,000 per year Started 11-14-2016 to 12-31-2019 REFERENCES FOR SMART CONTROLLER IRRIGATION SYSTEMS: City of North Port Chuck Speak, 941-240-8050, cspeake@cityofnorthport.com Started 4-13-2017 to present $49,000 per year Palmer Ranch Master Association Susan Ambrecht, 941-350-1505, sue@palmerranch.net Started 1-1-2014 to present $29,000 per year Collier County License# LCC201900000958 expires 9/30/2020 16.A.8.j Packet Pg. 463 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Reference Questionnaire Solicitation: Reference Questionnaire for: American Irrigation, LLC (Name of Company Requesting Reference Information) Jeremy Hampson (Name of Individuals Requesting Reference Information) Name:CHUCK PETERS (Evaluator completing reference questionnaire) Company:CHARLOTTE COUNTY (Evaluator’s Company completing reference) Email: Chuck.Peters@charlottecountyfl.gov FAX: (941) 637-9265 Telephone: (941) 740-0585 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Irrigation Maintenance Completion Date: _____________________________ Project Budget: Subcontractor to the Landscape Maint Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS December 31, 2019 975 of 1095 8.7 9.0 9.8 8.5 8.0 9.5 8.8 8.5 9.0 10.0 89.8 16.A.8.j Packet Pg. 464 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.jPacket Pg. 465Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) Trucks Trailers 2018 GMC 3500 Sierra 2016 (2)20' PJTM Tandem Axle Trailer 2015 (2)Chevy 3500 Pickup 2010 26" Tandem Axle Enclosed Trailer 2015 Chevy 2500 pickup 2015 25' & 28" Tandem Axle Trailer 2014 (2)Chevy 3500 pickup 2008 22' Tandem Axle Trailer 2013 Chevy 2500 pickup 2010 20' Tandem Axle Enclosed Trailer 2011 Chevy 1500 pickup 2006 20' Tandem Axle Trailer 2010 Chevy 2500 pickup 2006 20' Tandem Axle Trailer 2001 GMC 3500 Dump 2014 20' Tandem Axle Trailer 2008 Dodge 3500 Dump 2008 14' Tandem Axle Dump Trailer 2008 H2 1999 12' Tandem Axle Dump Trailer 2005 GMC Top Kick 4500 Dump 2006 12' Tandem Trailer 1999 18' Flat Bed Equipment Trailer 2008 Attenuator Trailer Mower 2006 Attenuator Trailer 2017 (2)15' Landpride batwing mower Tractors 2016 15' Landpride batwing mower 2016 Mahindra 1538H Tractor 2012 15' Landpride batwing mower 2016 New Holland 6199 Tractor 2011 15' Landpride batwing mower 2008 Challenger MT 465B Tractor 2016 12' Landpride batwing mower 2006 Challenger MT 465B Tractor 2016 Landpride RCO3060 Boom Mower 2005 Challenger MT525B tractor 95HP 2014 102" Hustler batwing rider 2016 (3)72" Toro Zmaster 2019 CAT 259D Loader 2014 (4)72" Toro riders/Zmaster 2018 Kubota Loader 4wd w/rotary cutter/edger 2011 (2)72" Toro Riders 2016 Mahindra 1538L Loader 2012 (3)61" Scag (2) V-ride (1) Cheetah 2016 New Holland Skidsteer 2019 (3)60" Toro 25HCmmdProRD2 Unitz1 2001 CAT Skidsteer226 2018 (12)60" Toro G3/GS/CmmdProRD Other 2016 (9)60' Toro G3 2016 Billy Goat Brush Cutter 13HP 2015 (2)60" Toro Grandstand/Riders 2018 Buffalo Turbine Blower 2014 (5)60" Toro riders 2015 Cyclone Blower 2012 (2)60" Toro Zmaster 2011 (2)60" Toro Grandstand 2012 52" Toro Zmaster 2011 52" Toro Grandstand 2016 52" Toro walk behind 2019 36" Toro Grandstand 2002 36" Wright Standard Motorized Vehicles 2014 &2008 Honda Recon 4X4 four-wheeler Hand Tools (1) Kawasaki 4X2 four- wheeler 20 edgers 3- 3'-5' utilities trailers 10 chain saws 2016 Mahindra 4wd XTV 25 string line weed wackers 6 pole chain saws Misc. Tools 20 backpack blowers 10 wheel barrels 14 hedge trimmers shovels, rakes, and other hand tools 6620 Riverside Drive, Punta Gorda, FL 33982 941-747-7740 OFFICE 941-750-0048 FAX contact@WalkersServiceFL.com (ALL OWNED AND IN GOOD TO EXCELLENT CONDITION) Equipment We have an in house shop and mechanic for all repairs 16.A.8.j Packet Pg. 466 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 467 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 468 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 469 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 470 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 471 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 472 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 473 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 474 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 475 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 476 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 477 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 478 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B) 16.A.8.j Packet Pg. 479 Attachment: 19-7662_Walkers_Proposal (11232 : 19-7662 "Immokalee Road Landscape Maintenance-Work Area 18B)