Loading...
Agenda 02/11/2020 Item #16A 9 (Contract #19-7659 - Walkers Services, Inc. & Mainscape, Inc.)02/11/2020 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid No. 19-7659, “Radio Road East Landscape Maintenance - Work Area 23,” to Walkers Service, Inc., as the Primary Contractor, and Mainscape, Inc., as the Secondary Contractor. OBJECTIVE: To award landscape maintenance contractors in providing services for improved landscaped medians and right-of-way on Radio Road East from Santa Barbara Boulevard to Davis Boulevard; approximately 1.20 miles. CONSIDERATIONS: On May 24, 2019, the County publicly advertised Invitation to Bid No. 19-7617, “Radio Road East Landscape Maintenance - Work Area 23.” The County emailed 7,041 notifications to registered contractors, interested contractors downloaded 61 bid packages, and staff received three bids by the July 11, 2019 deadline. Growth Management staff requested the Procurement Services Division to re-advertise the solicitation to increase competition. On August 22, 2019, the County released Invitation to Bid No. 19-7659, “Radio Road East Landscape Maintenance - Work Area 23.” The County sent 8,993 notifications to registered contractors, interested contractors downloaded 55 bid packages, and staff received four bids by the September 24, 2019 deadline. Staff reviewed the bid documents and found three bidders responsive/responsible, and one bidder, Superb Landscaping, Inc., non-responsive for not submitting the required bid documentation. Staff is recommending awards to Walkers Service, Inc., as the Primary Contractor, and Mainscape, 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: Rout ine 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) Walkers Service, Inc. $196,464.00 $297,878.00 $494,342.00 Mainscape, Inc. $359,156.94 $255,705.96 $614,862.90 Superior Landscaping & Lawn Service $480,630.00 $271,896.00 $752,526.00 Superb Landscape Services, Inc. (Non-Responsive) $508,918.04 $253,464.47 $762,382.51 Walkers Service, Inc.'s cost per mile for base (Section I & II) services is $53,506.67, which is below the current average annual cost per mile of $63,266.61. These services are for weeding, general site trimming, street cleaning, trash removal, tree and palm maintenance, fertilization, ornamental and turf spraying. 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 requests by increasing in-house labor to perform these services when feasible. This 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 16.A.9 Packet Pg. 480 02/11/2020 Division Landscape Fund 112, Operating Project No. 31112. The approximate spend for a three year term under this Agreement is $495,000, with an annual spend of $165,000, 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. 19-7659, “Radio Road East Landscape Maintenance - Work Area 23,” to Walkers Service, Inc., Primary Contractor, and Mainscape, 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. 19-7659 NORA (PDF) 2. 19-7659 Solicitation (PDF) 3. 19-7659 Bid Tabulation (PDF) 4. 19-7659 Walkers_Insurance_12-13-19 (PDF) 5. 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (PDF) 6. 19-7659 Mainscape, Inc._Insurance_12-31-19 (PDF) 7. 19-7659 Walkers_Proposal (PDF) 8. 19-7659_Mainscapes_Proposal (PDF) 9. 19-7659 WalkersService_Contract_VendorSigned_Redacted (PDF) 16.A.9 Packet Pg. 481 02/11/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.9 Doc ID: 11230 Item Summary: Recommendation to award Invitation to Bid No. 19-7659, “Radio Road East Landscape Maintenance - Work Area 23,” to Walkers Service, Inc., as the Primary Contractor, and Mainscape, Inc., as the Secondary Contractor. Meeting Date: 02/11/2020 Prepared by: Title: Contract Administration Specialist – Road Maintenance Name: Melissa Pearson 01/03/2020 11:28 AM Submitted by: Title: – Road Maintenance Name: Albert English 01/03/2020 11:28 AM Approved By: Review: Growth Management Department Christine Arnold Level 1 Reviewer Completed 01/03/2020 1:16 PM Growth Management Department Pamela Lulich Additional Reviewer Completed 01/06/2020 6:08 AM Road Maintenance Joseph Delate Additional Reviewer Completed 01/06/2020 11:09 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/06/2020 11:28 AM Road Maintenance Albert English Additional Reviewer Completed 01/07/2020 12:00 PM Procurement Services Evelyn Colon Additional Reviewer Completed 01/07/2020 2:41 PM Procurement Services Barbara Lance Additional Reviewer Completed 01/07/2020 3:08 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 01/13/2020 7:40 AM Procurement Services Priscilla Doria Additional Reviewer Completed 01/13/2020 9:57 AM Procurement Services Sandra Herrera Additional Reviewer Completed 01/13/2020 10:09 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 01/15/2020 12:53 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 01/17/2020 2:05 PM Grants Valerie Fleming Level 3 OMB Gatekeeper Review Completed 01/21/2020 10:07 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 01/21/2020 2:00 PM Budget and Management Office Ed Finn Additional Reviewer Completed 01/21/2020 2:15 PM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 01/21/2020 3:08 PM 16.A.9 Packet Pg. 482 02/11/2020 County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 02/05/2020 2:07 PM Board of County Commissioners MaryJo Brock Meeting Pending 02/11/2020 9:00 AM 16.A.9 Packet Pg. 483 16.A.9.a Packet Pg. 484 Attachment: 19-7659 NORA (11230 : 19-7659 Radio Road East Landscape Maintenance) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR RADIO ROAD EAST LANDSCAPE MAINTENANCE WORK AREA 23 SOLICITATION NO.: 19-7659 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.9.b Packet Pg. 485 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 19-7659 PROJECT TITLE: Radio Road East Landscape Maintenance, Work Area 23 DUE DATE: 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 Specifications or Scope of Work stated. BACKGROUND Work Area 23 is located on Radio Road East from Santa Barbara Boulevard to Davis Boulevard. There is approximately 1.20 miles of improved medians requiring landscape maintenance services; the median numbers are 31 through 39. The side right-of-way mowing and median #40 near Davis Blvd is currently being maintained by Road Maintenance Division mowing contractor. TERM OF CONTRACT The contract term, if awards are made is intended to be for (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation.  It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County.  For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined 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.9.b Packet Pg. 486 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) DETAILED SCOPE OF WORK The awarded contractor shall be responsible in providing landscape maintenance for sustaining 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. The awarded contractor shall be responsible in providing routine landscaping services in maintaining improved medians. The contractor shall be required to follow Green Industries Best Management Practices for Florida friendly plants. The former agreement had historical expenditures totaling $258, 945.66 for three (3) years, and the average spend per fiscal year was $96,983.39. These expenditures included routine maintenance, plant replacements, crushed stone applications and maintenance, weed control, fertilization, pesticide and herbicide applications, and other related landscaping services. MINIMUM REQUIREMENTS AND BID DOCUMENTATION There are minimum requirements to perform services under this contract include licensing, certifications, and documentation as listed below. The following licenses and certifications are requirements to perform services under this agreement. If the contractor is subcontracting services, they shall be liable in overseeing the subcontractor to ensure services are in accordance with the contract documents. Contractors/Subcontractors must submit required documentation, licenses, and certificates 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. □ Commercial Landscape License; Landscape Restricted; Landscape License; Landscape & Irrigation License; or Unlimited Landscape License. □ Irrigation License - A minimum of three (3) years’ experience with Motorola Irrigation Control Systems or equivalent smart controller systems. The contractor is to provide a list of projects with Motorola Irrigation Control Systems or smart controller systems where they have maintained within the last three (3) years. □ 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. □ 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 □ Experience: Provide a brief description that shows a minimum three (3) years’ experience, that is relevant and similar to the Scope of Work and specifications for this solicitation. □ 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 provide monthly routine landscape maintenance services and alternative services “as needed.” 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. Alternative services listed on the bid schedule may be requested “as needed” by the division; however, it is at the division discretion to request quotes off contract for services following the Procurement Ordinance. “Exhibit A” within this document lists the work areas, plant materials, quantities, and chemical applications; refer to “Exhibit A.” Work Area 23 shall be awarded in “as is” conditions, therefore, bidders are highly encouraged to visit each work area for a full assessment before bidding. 16.A.9.b Packet Pg. 487 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) SPECIFICATIONS 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 Collier County expects the awarded contractor to comply with all terms of the contract. The line items are essential elements, 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 contractors shall perform services as requested in the monthly schedules and the bid specifications or at the direction of the Division Supervisor; refusal to comply with these conditions may be subject to non- performance penalties or contract termination. 1. Routine Landscape Maintenance Services Specifications for routine services include, but are not limited to, Street Cleaning; Weeding; General Site Trimming (plant materials that are ten feet and below); and Trash Removal. These specifications are a guide for the contractor to successfully perform the services. These specifications may be revised by the Division Supervisor or designee, as they deem necessary, and the contractor agrees to abide by those revisions in performing the work. 1.1. Street Cleaning Sidewalks, curbs, and gutters, including four feet (4’) area from the face of gutters, curbs, turn lanes, medians, and sidewalks must be cleaned immediately following each service to prevent accumulation of debris and to keep areas neatly maintained with safe conditions. 1.1.1. Remove all debris near a stormwater inlet or catch basin. 1.1.2. Do not allow clippings, seed pod fruit, or other debris to enter any inlet, catch basin, or body of water. 1.1.3. No debris shall be blown or deposited onto adjacent property, accumulated on right-of-way areas, or blown into roadways or travel lanes. 1.1.4. Remove all debris, including but not limited to: clippings and seed pod fruit from sidewalks, curbs, gutters, tree bases, or roadways. 1.2. 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. 1.2.1. Perform services weekly, as necessary or instructed providing a reasonably weed-free and a visually well-maintained. 1.2.2. 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. 1.2.3. Post-emergent products must contain Glyphosate herbicide to control weeds, and it will require the contractor to add a blue tracker, tracing dye for inspections. 1.2.4. 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. 1.3. 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. 1.3.1. 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. 1.3.2. Maintain groundcovers within 18-inches from the curb. 1.3.3. Trim plants 18-inches from the irrigation heads to maintain uniform irrigation distribution patterns. 1.3.4. 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-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. 1.3.5. Corrective pruning services performed to keep the natural shape and characteristics of the species. 16.A.9.b Packet Pg. 488 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) 1.3.6. 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. 1.3.7. Groundcovers and shrubs maintain a36-inch maximum height or as directed by the Division. 1.3.8. Prune selectively to improve the plant structure health and to enhance fruiting, flowering, or appearance. 1.3.9. Shrub pruning should be done consistently throughout each median for all shrub types, so the landscape appearance has continuity throughout that median. 1.3.10. Bougainvillea’s and Green Island Ficus maintain 24-inches throughout the year. 1.3.11. Asian Jasmine and Perennial Peanut are to be top sheered with side edging/sheering. 1.3.12. 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. 1.3.13. Do not prune Liriope muscari without Division approval and guidance. 1.3.14. Remove old leaves and dead flowering growth on the Blueberry Flax, Agapanthus, Bird of Paradise, Iris, and other similar varieties. 1.3.15. Maintain tree canopies over pathways or sidewalks at a minimum height of 10-feet. 1.3.16. 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. 1.3.17. Groundcovers require minimal pruning. Groundcovers are not allowed to grow over curbs or onto paved areas. 1.3.18. Landscaping requires an esthetically clean appearance, so remove pruning and trimming debris following each service. 1.4. 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. 2. Site Specific Maintenance Use current techniques and standards approved by the University of Florida, Institute of Food and Agriculture Services (UF/IFAS) for these services. 2.1. Tree and Palm Maintenance 2.1.1. 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. 2.1.2. 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. 2.1.3. 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. 2.1.4. 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. 16.A.9.b Packet Pg. 489 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) 2.2. Fertilization Follow UF/IFAS guidelines for turfgrass fertilization. Contractor/subcontractor must have valid licenses issued by Florida Department of Agriculture and Consumer Services for Limited Urban Commercial Fertilizer Applicator Certification (FDACS LUFAC).  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 prescribed and complies with state and local ordinances. It is important to note that local fertilizer regulations may prohibit the use of nitrogen fertilizers during the summer months.  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. 2.2.1. Fertilization Applications Contractor/subcontractor shall use deflector shields on all application equipment to minimize the inadvertent application of fertilizer on non-plant areas. Contractor shall blow, sweep, or wash back into the landscape any fertilizer deposited on paved or impervious surfaces.  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. 2.2.2. 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. 2.2.3. Palm Fertilization Palms have different nutritional requirements from other landscape plants. They suffer quickly and conspicuously from inadequate mineral nutrition, whether due to insufficient or incorrect fertilization. Division’s Landscape Supervisor will provide the fertilization schedule. Note: Fertilize palms with a granular slow-release fertilizer three to four times per year. An acceptable formulation is 8-0-12-4 (N, P, K, Mg plus micro-elements). 2.2.4. 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. 16.A.9.b Packet Pg. 490 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance)  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. 2.2.5. Fertilization for Establishment During the establishment phase for shrubs, trees, and ground covers, fertilize landscape plants with a slow-release fertilizer as per University of Florida IFAS recommendations. Shrubs and groundcovers shall have the fertilizer blown or fan raked off following the broadcast application. Immediately after the fertilizer is applied, the areas shall be watered. 2.3. Pest Control It is required that the contractor/subcontractor performing services have the following licenses and certifications: State of Florida Pesticide License, State of Florida Certified Pest Control Operator and Collier County Pest Control License. Pest Control Firm shall make on-site inspections and provide written reports to the Division Landscape Supervisor monthly. 2.3.1. Contractor shall provide an overall written pest and spray program that shall incorporate ant control and shall meet or exceed the following minimum standards:  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. 2.3.2. Contractor shall make on-site inspections and provide written reports to Division’s Landscape Supervisor. 2.3.3. Methods of Application One hundred percent (100%) coverage and penetration shall be provided. Insecticides and Fungicides shall be applied at the proper pressure to provide maximum coverage.  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 the 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. 2.3.4. Rate of Application All chemicals shall be applied at the rates recommended on the manufacturer’s labels. 2.3.5. Materials List All insecticides, fungicides and herbicides chemicals to be used on turf areas and on plant materials shall be submitted in writing to Division Landscape Supervisor for review and approval. All chemicals used shall be approved for use by the Environmental Protection Agency for its intended use and area of use. 2.3.6. Application Schedule Division’s Landscape Supervisor shall provide approval before applications occur. Contractor /subcontractor that apply chemicals without schedules and prior approval may have invoices rejected by the Division and services not paid. 2.3.7. 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. 2.3.8. Groundcovers, Shrubs, and Trees: Insecticides & Fungicides - Applications on an as needed basis with approval 16.A.9.b Packet Pg. 491 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) 2.3.9. 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. 2.3.10. 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. 2.4. Pests Management Contractor shall use pesticide applications in accordance with the rules and regulations governing the use of pesticides in Florida and Florida Statutes. 2.4.1. 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. 2.4.2. Pest and Spray Program Pest Control Firm shall provide an overall written pest and spray program that shall incorporate ant and rodent control and shall meet or exceed the following minimum standards:  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. 2.4.3. Documentation  Records must be kept of all pesticide applications.  Documentation shall include but not limited to: date and time of application, weather conditions at the time of application, chemicals applied and the name of the applicator.  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. 2.4.4. Turf Areas Insecticides & Fungicides - Applications on an as-needed basis, with prior approval by the Division Landscape Supervisor. Once approved and sprayed, contractor/subcontractor must submit documentation that states: 1. Date and time of application, 2. Weather conditions at the time of application, 3. Chemical applied, quantity, 4. Applicator name.  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. 16.A.9.b Packet Pg. 492 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance)  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. 2.4.5. 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. 2.4.6. 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. 2.4.7. 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. 2.4.7.1. 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. 2.4.7.2. 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. 16.A.9.b Packet Pg. 493 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) 2.5. 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 These services may be requested from the division throughout the contract term or the division may request these services by requesting quotes following the County’s Procurement Ordinance. Contractor’s refusal to provide services within this section may result in contract termination. 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 plants 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.  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. 16.A.9.b Packet Pg. 494 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) 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 to the Division’s Supervisor is required. Following the notification, and with approval from the Division’s Supervisor, the contractor shall clean-up debris if present, and flag off the areas with protective barriers and high visibility hazard tape. An hourly labor rate shall apply all-inclusive of equipment, materials, and disposal fees.  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 remove 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 landscape maintenance work as directed by the Division’s Landscape Supervisor. 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. 3.6. 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 be 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 heads, damaged pipes, and flooded areas. Any damaged caused by the Contractor’s or subcontractor’s personnel while performing services shall be repaired immediately at no cost to the County. 16.A.9.b Packet Pg. 495 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance)  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. 3.6.1. 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. 3.6.2. 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. 3.6.3. 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. 3.6.3.1. 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. 3.6.3.2. 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). 3.6.3.3. Review system and repair any blown-off heads, broken lines, or leaks around heads or valves. 3.6.3.4. 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. 3.6.3.5. If a longer nozzle is required, the contractor shall change nozzle using County supplied parts. 3.6.3.6. Replace defective and broken heads or nozzles, install or replace defective and/or broken risers, and repair minor breaks or restricted sprinkler lines. 3.6.3.7. Inspect, clean, and replace, if necessary, screen/filters within the sprinkler heads. 3.6.3.8. 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. 3.6.3.9. Flag problems and provide a written record to the Road Maintenance Irrigation Supervisor. Unit price includes flags, primer, and glue. 16.A.9.b Packet Pg. 496 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) 3.6.4. 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. 3.6.5. 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. 3.6.6. 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. 3.6.7. 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. 3.7. Tree and Palm Maintenance Services Work may require re-planting, re-standing, and stake for fallen or leaning plant material, trees, and palms. Unit price includes materials to complete the work, equipment, machinery, cranes, fuel, labor, equipment operators, Maintenance of Traffic (MOT) and its equipment (i.e. arrow board, cones, etc..), water wagon or truck, and white spray paint to mark and identify irrigation lines that are visibly broken.  If County's irrigation system is not functioning while performing services, the contractor/subcontractor is responsible to water the trees or palms that are being replanted and staked to eliminate air pockets and to allow the soil to settle. Contractor shall provide the watering equipment and the services. 3.7.1. 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. 3.7.2. 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. 3.7.3. Soil Replacements Cost inclusive of providing soil, equipment, materials, and labor to deliver and install. 3.7.4. Debris Removal Cost includes labor, equipment, materials, debris loading and hauling to a disposal site, and disposal fees. 3.8. 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. 16.A.9.b Packet Pg. 497 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) 3.9. Traffic Accident Cleanup Work consists of hourly labor for removal of damaged plant materials and accident debris, equipment to cleanup site from traffic accident, hauling disposed debris and materials to a disposal site, blowing mulch from roadway and hardscapes surfaces, re-installing non-damaged plant materials that have a viable life, and arranging the other disturbed materials to the correct landscape design. 3.10. Crushed Shell Crushed Shell available in quarter inch (1/4”) through half-inch (1/2”) and one-inch (1”) through one and one half-inches (1- 1/2”); sizes are approximate. 3.11. Materials Markup Percentage Materials markup percentage for non-bid line items is 10%. Reimbursement of non-bid line items shall require 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 of these areas before bid submission. 4.2. Contractor’s Work Schedule The work schedules shall be issued, so the work area segment can be completed in (1) visit. Do not move to the next roadway until the segment is completed, or unless directed the division.  Contractor shall provide work schedules before starting work; THIS IS A MANDATORY REQUIREMENT.  Services for this contract require inspections, so schedules are mandatory.  Failure to provide work schedule(s) may result in invoice rejection and services not paid.  Work schedules must be sent via email to the Division’s Landscape & Irrigation Supervisors by Monday at 6:30 a.m.  Schedules must list crew member names, service dates, times, and locations.  Irrigation services are weekly; dependent upon conditions site conditions, the schedule may be decreased or increased at the division’s discretion.  Work schedules are Monday through Friday when County offices are open.  Contractor changing work schedule must immediately notify the division supervisors and inspectors. This is a mandatory requirement for contract compliance.  Division reserves the right to change schedules as needed for seasonal, weather, or work conditions, or if it is in the best interest of the County. 4.3. Crew Size s The minimum crew sizes for services are listed below.  Routine landscape maintenance is one (1) crew consisting of six (6) employees assigned to each crew.  Chemical applications at minimum two (2) employee crew.  Irrigation service crew is a minimum of 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 system. 4.4. Contractor’s Employees Employees shall be fully trained, licensed and certified, insured, that can 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. 16.A.9.b Packet Pg. 498 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) 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. Notification is completed by filling out the ROAD ALERT form and submitting it by e-mail or fax. The form is self-explanatory; please fill out in its entirety. If you e-mail the form, please send to all e-mails listed on the form: growthmanagement@colliergov.net and Connie Deane connie.deane@colliercountyfl.gov, or by fax: 239-252-2726. If you have any ROAD ALERT questions, please call 239-252-8192 or 239-252-8365. 4.8. Damages Contractor negligence in the performance of services causing damages shall be repaired or replaced at the Contractor’s expense within seventy-two (72) hours. Some examples of negligence resulting in damages are dying plants, shrubs, trees, grass or foliage because of contract performance neglect by the contractor, contractor's employees, or subcontractors. Failure of the contractor to provide ramps or other devices to gain access over the curbs into medians causing curb or turf areas damages 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. 16.A.9.b Packet Pg. 499 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) 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. It must be submitted with the monthly invoice. 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 intends to have all tasks performed satisfactorily and completed in accordance with the specifications and time parameters; therefore, the County reserves the right to assess penalties for goods not delivered or services not performed, any deficiencies not corrected, or services not performed in accordance with the contract documents including timelines.  Penalties may be assessed for non-performance, such as but not limited to: service line items omitted and not performed as requested on the monthly schedule, or services that are not being performed per the bid specifications. Service line items may be subject to non-payment of the line item, a penalty, or a penalty in addition to non-payment of the line item if services were not performed as requested, or failed to perform services per the bid specifications, or as directed by the division Supervisors or designees. At the division’s discretion, non-performance penalties may be assessed as follows in the chart below: 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  The contractor may be exempt from this provision if the Landscape Operations Manager or designee grants the exemption. The contractor must submit in writing via email before the completion date, the reason why the service should not receive a penalty.  For services the Contractor informed the County they will not or did not perform, the County may choose to utilize County labor; OR submit a Request for Quote per the County’s Purchasing Ordinance; OR request services using another County approved contract. • The contractor may be subject to reimburse costs to the County to complete the services as follows: 16.A.9.b Packet Pg. 500 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) □ Cost reimbursement for County staff to perform the work is the actual cost of labor, materials, fuel, and equipment. □ County may request quotes to complete the work and the contractor agrees to reimburse the County with those quoted rates. □ If the County uses another contract, the contractor agrees to reimburse the County with those contracted rates.  The County will not suffer damages resulting from any additional expense to complete services. The County reserves the right to select an option above that meets the needs of the County to complete the work. 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 for costs verification.  Invoices will be rejected for inaccurate information and backup documentation.  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.9.b Packet Pg. 501 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) EXHIBIT A AWARDED CONTRACTOR ACCEPTS WORK AREA “AS IS” CONDITION. Contractors are highly encouraged to visit the work areas for a full assessment of work conditions before bidding. SITE SPECIFICATIONS Radio Road East from Santa Barbara Boulevard to Davis Boulevard Work Area 23 / Approximately 1.20 miles The work areas are in the improved medians starting at Median No. 31 through Median No. 39. NOTE: Other areas not listed as maintenance in this solicitation are Median No. 40 and the east and west side right-of- way. The Road Maintenance Division is currently maintaining these services through their mowing contractor. Landscape Operations may elect to have the awarded contractor perform these services in the future. If the division request these services from the contractor, they are obligated to provide them. Median Number Plant Beds Square Feet Pavers Square Feet Crushed Shell Square Feet Mulch Square Feet 31 10,863 169 2,405 8,458 32 22,137 338 6,463 15,674 33 Concrete Concrete 0 0 34 18,840 338 5,905 12,935 35 28,926 426 6,279 22,647 36 35,452 220 10,306 25,146 37 22,023 338 9,204 12,819 38 10,832 286 4,096 10,546 39 8,077 399 0 8,077 40 0 139 0 0 Total Square Feet 157,150 2,653 44,658 116,302 MEDIAN #31 Quantities Scientific Name Common Name Details 11 Pseudophoenix sargentii Buccaneer palm Cut back irrigation once established (6-12) months. Treat with Copper following a hard freeze or prolonged cold spell. Apply one time immediately after freeze and again 30 days. Monitor for black staining on trunk to determine if further treatments are needed. Apply 8 lbs. of 8-2-12, 4 MG at time of fertilization, twice a year. 3 Roystonea regia Royal palm Remove Fronds that have fallen. Apply 8 lbs. of 8-2- 12, 4 MG at time of fertilization, twice a year. 469 Ernodea littoralis Golden Creeper Allow natural form, do not shear. Clip long runners. 176 Bougainvillea Helen Johnson (Replaced Mimosa) Bougainvillea ‘Helen Johnson’ Trim with rounded edges. Check, monitor, and treat for Caterpillars. 699 Trachelospermum asiaticum Asian jasmine Remove weeds by hand or mechanical method, do not use Round-up in beds. 6 Bromeliad Neoregelia ‘Fireball’ Fireball Bromeliad Remove dead leaves and flower pods. 16.A.9.b Packet Pg. 502 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) 220 Liriope muscari (Replaced Dune sunflower) Liriope 2406 SF Crushed Shell Spray emerging weeds with Round up or salt water. Rake or blow off leaves and horticultural debris. MEDIAN #32 Quantities Scientific Name Common Name Details 9 Bursera simaruba Gumbo limbo Selectively prune outer branches to maintain 15’ minimum clearance over the travel lanes. Remove dead, brown, or damaged branches after a freeze event or storm. 3 Bulnesia arborea (Replaces Silver Buttonwood) Verwood Check lodge poles and remove staking after establishment. 4 Roystonea regia Royal palm Remove Fronds that have fallen. Apply 8 lbs. of 8-2- 12, 4 MG at time of fertilization, twice a year. 5 Coccothrinax argentata Silver palm Remove dead brown fronds, part of overall pruning up to 10’. 2 Thrinax morrissii Key Thatch palm Remove dead brown fronds, part of overall pruning up to 10’. 6 Thrinax radiata Florida Thatch palm Remove dead brown fronds, part of overall pruning up to 10’. 40 Serenoa repens ‘sericeus’ Silver Saw palmetto Remove brown dead fronds. Trim off of curbing and behind sprinkler heads. 691 Liriope muscari (Replaced Dune sunflower and Asian jasmine) Liriope muscari 12 Bromeliad Aechmea Blanchetiana Orange Bromeliad Remove dead leaves and flower pods. (Additional Bromeliads added at median tip after installation of original design) 6 Bromeliad Alcantarea Imperial Imperial Bromeliad Remove dead leaves and flower pods. 158 Bougainvillea ‘Helen Johnson’ Bouganvillea ‘Helen Johnson’ Trim with rounded edges. Check, monitor, and treat for Caterpillars. 103 Muhlenbergia capillaris Pink Muhly Grass Trim foliage 2x’s per year as directed by Landscape Operations Manager. 245 Zamia pumila Florida coontie Monitor and Treat for scale as needed. Trim fronds in mid-March. 163 Hymenocallis latifolia Spider Lily Remove dead leaves and flower pods. 351 Mimosa strigillosa Sunshine Mimosa Cut long runners at edges. Mow occasionally to promote new growth. Remove weeds by hand or mechanical method, do not use Round-up in beds. 1,500 Arachis pintoi 'Golden Glory' Perennial Peanut 167 Ernodea littoralis Golden Creeper Allow natural form, do not shear. Clip long runners. 2607 SF Crushed Shell Spray emerging weeds with Round up or salt water. Rake or blow off leaves and horticultural debris. MEDIAN #33 – Concrete Median Separator MEDIAN #34 Quantities Scientific Name Common Name Details 3 Thrinax morrissii Key Thatch palm Remove dead brown fronds, part of overall pruning up to 10’. 4 Coccothrinax argentata Silver palm Remove dead brown fronds, part of overall pruning up 16.A.9.b Packet Pg. 503 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) to 10’. 6 Thrinax radiata Florida Thatch palm Remove dead brown fronds, part of overall pruning up to 10’. 15 Serenoa repens ‘sericeus’ Silver Saw palmetto Remove brown dead fronds. Trim off of curbing and behind sprinkler heads. 4 Roystonea regia Royal palm Remove Fronds that have fallen. Apply 8 lbs. of 8-2- 12, 4 MG at time of fertilization, twice a year. 9 Conocarpus erectus ‘sericeus’ Silver buttonwood Remove dead, brown, or damaged branches after a freeze event or storm. Lift and maintain multi-trunk tree form proportionally to size of the tree. 6 Bursera simaruba Gumbo limbo Selectively prune outer branches to maintain 15’ minimum clearance over the travel lanes. Remove dead, brown, or damaged branches after a freeze event or storm. 15 Bromeliad Neoregelia ‘Fireball’ Fireball Bromeliad Remove dead leaves and flower pods. 12 Bromeliad Neoregalia ‘Super Fireball’ Super Fireball Bromeliad Remove dead leaves and flower pods. 844 Liriope muscari (Removed and replaced with Perennial Peanut) 1500 Arachis pintoi 'Golden Glory' Perennial Peanut Replaces Liriope at the median tip 178 Ernodea littoralis Golden Creeper Allow natural form, do not shear. Clip long runners. 96 Zamia pumila Florida coontie Monitor and Treat for scale as needed. Trim fronds in mid-March. 136 Bougainvillea ‘Helen Johnson’ Bougainvillea ‘Helen Johnson’ Trim with rounded edges. Check, monitor, and treat for Caterpillars. 56 Muhlenbergia capillaris Pink Muhly Grass Trim foliage 2x’s per year as directed by Landscape Operations Manager. 207 Hymenocallis latifolia Spider Lily Remove dead leaves and flower pods. 3305 SF Crushed Shell Spray emerging weeds with Round up or salt water. Rake or blow off leaves and horticultural debris. MEDIAN #35 Quantities Scientific Name Common Name Details 4 Roystonea regia Royal palm Remove Fronds that have fallen. Apply 8 lbs. of 8-2- 12, 4 MG at time of fertilization, twice a year. 8 Thrinax morrissii Key Thatch palm Remove dead brown fronds, part of overall pruning up to 10’. 9 Thrinax radiata Florida Thatch palm Remove dead brown fronds, part of overall pruning up to 10’. 1 Bursera simaruba Gumbo limbo Selectively prune outer branches to maintain 15’ minimum clearance over the travel lanes. Remove dead, brown, or damaged branches after a freeze event or storm. 4 Coccothrinax argentata Silver palm Remove dead brown fronds, part of overall pruning up to 10’. 11 Bursera simaruba Gumbo limbo Selectively prune outer branches to maintain 15’ minimum clearance over the travel lanes. Remove dead, brown, or damaged branches after a freeze event or storm. 16 Cocoloba diversifolia Pigeon Plum Remove dead, brown or damaged branches after a freeze or storm. Check the drainage and stability of the tree. 16.A.9.b Packet Pg. 504 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) 685 Arachis pintoi 'Golden Glory' Perennial Peanut Replaces Liriope at the median tip. 912 Liriope muscari Liriope Portion removed and replaced with perennial peanut. 15 Bromeliad Neoregelia ‘Fireball’ Fireball Bromeliad Remove dead leaves and flower pods. 16 Bromeliad Neoregalia ‘Super Fireball’ Super Fireball Bromeliad Remove dead leaves and flower pods. 251 Bougainvillea ‘Helen Johnson’ Bougainvillea ‘Helen Johnson’ Trim with rounded edges. Check, monitor, and treat for Caterpillars. 15 Strelitzia reginae Orange Bird of Paradise Remove dead leaves and flower pods. (12 Birds of Paradise replaced in 1/2019) 112 Muhlenbergia capillaris Pink Muhly Grass Trim foliage 2x’s per year as directed by Landscape Operations Manager. 284 Zamia pumila Florida coontie Monitor and Treat for scale as needed. Trim fronds in mid-March. 8 Sabal minor Blue-stemmed palmetto Remove brown, dead fronds. 509 Hymenocallis latifolia Spider Lily Remove dead leaves and flower pods. 35 Serenoa repens ‘sericeus’ Silver Saw palmetto Remove brown dead fronds. Trim off of curbing and behind sprinkler heads. 485 Ernodea littoralis Golden Creeper Allow natural form, do not shear. Clip long runners. 6088 SF Crushed Shell Spray emerging weeds with Round up or salt water. Rake or blow off leaves and horticultural debris. MEDIAN #36 Quantities Scientific Name Common Name Details 4 Roystonea regia Royal palm Remove Fronds that have fallen. Apply 8 lbs. of 8-2- 12, 4 MG at time of fertilization, twice a year. 12 Cocoloba diversifolia Pigeon Plum Remove dead, brown or damaged branches after a freeze or storm. Check the drainage and stability of the tree. 11 Thrinax morrissii Key Thatch palm Remove dead brown fronds, part of overall pruning up to 10’. 7 Coccothrinax argentata Silver palm Remove dead brown fronds, part of overall pruning up to 10’. 15 Bursera simaruba Gumbo limbo Selectively prune outer branches to maintain 15’ minimum clearance over the travel lanes. Remove dead, brown, or damaged branches after a freeze event or storm. 4 Thrinax radiata Florida Thatch palm Remove dead brown fronds, part of overall pruning up to 10’. 620 Trachelospermum asiaticum Asian jasmine Remove weeds by hand or mechanical method, do not use Round-up in beds. 15 Bromeliad Neoreglia ‘Jill’ Jill Bromeliad Remove brown, dead fronds. 12 Bromeliad Neoregelia ‘Fireball’ Fireball Bromeliad Remove dead leaves and flower pods. 119 Bougainvillea ‘Helen Johnson’ Bougainvillea ‘Helen Johnson’ Trim with rounded edges. Check, monitor, and treat for Caterpillars. 11 Sabal minor Blue stem Palmetto Remove brown, dead fronds. 392 Zamia pumila Florida coontie Monitor and Treat for scale as needed. Trim fronds in mid-March. 30 Serenoa repens ‘sericeus’ Silver Saw palmetto Remove brown dead fronds. Trim off of curbing and behind sprinkler heads. 125 Muhlenbergia capillaris Pink Muhly Grass Trim foliage 2x’s per year as directed by Landscape 16.A.9.b Packet Pg. 505 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) Operations Manager. 11 Strelitzia reginae Orange Bird of Paradise Remove dead leaves and flower pods. 860 Ernodea littoralis Golden Creeper Allow natural form, do not shear. Clip long runners. 737 Hymenocallis latifolia Spider Lily Remove dead leaves and flower pods. 250 *Arachis pintoi 'Golden Glory' ‘Golden Glory’ Perennial Peanut Installed at the median tip. 1/2019 250 *Liriope muscari Liriope Partially removed and replaced with Perennial Peanut 3129 SF Crushed Shell Spray emerging weeds with Round up or salt water. Rake or blow off leaves and horticultural debris. MEDIAN #37 Quantities Scientific Name Common Name Details 9 Bursera simaruba Gumbo limbo Selectively prune outer branches to maintain 15’ minimum clearance over the travel lanes. Remove dead, brown, or damaged branches after a freeze event or storm 9 Roystonea regia Royal palm Remove Fronds that have fallen. Apply 8 lbs. of 8-2- 12, 4 MG at time of fertilization, twice a year. 4 Thrinax morrissii Key Thatch Palm Remove dead brown fronds, part of overall pruning up to 10’. 2 Coccothrinax argentata Silver Palm Remove dead brown fronds, part of overall pruning up to 10’. 5 Thrinax radiata Florida Thatch Palm Remove dead, brown, fronds. 200 *Arachis pintoi 'Golden Glory' ‘Golden Glory’ Perennial Peanut Installed at the median tip. 1/2019 654 *Liriope muscari Liriope Partially removed and replaced with Perennial peanut 12 Bromeliad Neoregelia ‘Fireball’ Fireball Bromeliad Remove dead leaves and flower pods. 6 Bromeliad Neoreglia ‘Jill’ Jill Bromeliad Remove brown, dead fronds. 63 Bougainvillea ‘Helen Johnson’ Bougainvillea ‘Helen Johnson’ Trim with rounded edges. Check, monitor, and treat for Caterpillars. 49 Muhlenbergia capillaris Pink Muhly Grass Trim foliage 2x’s per year as directed by Landscape Operations Manager. 139 Hymenocallis latifolia Spider Lily Remove dead leaves and flower pods. 25 Croton L. Crotons Added in Crushed shell area. 722 *Liriope muscari Liriope Replaced Beach Dune sunflower and Asian jasmine at the median tip. There are Blanchettia bromeliads installed after the original design was approved. 12 Bromeliad Neoreglia ‘Jill’ Jill Bromeliad Remove brown, dead fronds. 12 Bromeliad Neoregelia ‘Fireball’ Fireball Bromeliad Remove brown, dead fronds. 51 Bougainvillea ‘Helen Johnson’ Bougainvillea ‘Helen Johnson’ Trim with rounded edges. Check, monitor, and treat for Caterpillars. 12 Sabal minor Blue-stemmed palmetto Remove brown, dead fronds. 29 Serenoa repens ‘sericeus’ Silver Saw palmetto Remove brown dead fronds. Trim off of curbing and behind sprinkler heads. 118 Zamia pumila Florida coontie Monitor and Treat for scale as needed. Trim fronds in mid-March. 5908 SF Crushed Shell Spray emerging weeds with Roundup or salt water. Rake or blow off leaves and horticultural debris. 16.A.9.b Packet Pg. 506 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) MEDIAN #38 Quantities Scientific Name Common Name Details 6 Roystonea regia Royal palm Remove Fronds that have fallen. Apply 8 lbs. of 8-2- 12, 4 MG at time of fertilization, twice a year. 1487 Liriope muscari Liriope Liriope and Bromeliads replaced Beach Dune Sunflower and the Asian jasmine at the median tip. 18 Bromeliad Aechmea Blanchettiana Orange Bromeliad Remove dead leaves and flower pods. 12 Bromeliad Neoregelia ‘Fireball’ Fireball Bromeliad Remove dead leaves and flower pods. 4096 SF Crushed Shell Spray emerging weeds with Roundup or salt water. Rake or blow off leaves and horticultural debris. MEDIAN #39 Quantities Scientific Name Common Name Details 7 Pseudophoenix sargentii Buccaneer palm 4 Conocarpus erectus ‘sericeus’ Silver Buttonwood Remove dead, brown or damaged branches after a freeze event or storm. Lift and maintain multi-trunk tree form proportionally to size of tree. (5 Rootballs removed and 1 tree on 1/2019) 1000 Arachis pintoi 'Golden Glory' ‘Golden Glory’ Perennial Peanut (The Golden Creeper to be removed on 1/2019 and replaced with Perennial Peanut at the median tip.) 3 Bulnesia arborea Verawood Installed on 1/2019 in place of buttonwood. 24 Strelizia regina Orange Bird of Paradise To be installed on 1/2019. Creeper removed and replaced with Orange bird. 552 Arachis pintoi 'Golden Glory' ‘Golden Glory’ Perennial Peanut (The Golden Creeper to be removed on 1/2019 and replaced with Perennial Peanut at the median tip.) 53 Zamia pumila Florida coontie Monitor and Treat for scale as needed. Trim fronds in mid-March. MEDIAN #40 (Per Plan / Not Installed) Quantities Scientific Name Common Name Details 8 Roystonea regia Royal palm Remove Fronds that have fallen. Apply 8 lbs. of 8-2- 12, 4 MG at time of fertilization, twice a year. 434 Helianthus debilis ‘Dune Sunflower’ Beach Dune Allow natural form, do not shear. 1081 Trachelospermum asiaticum Asian jasmine Remove weeds by hand or mechanical method, do not use Round-up in beds. 12 Bromeliad Aechmea Blanchiettiana Orange Bromeliad Remove brown, dead fronds. 6 Bromeliad Alcantanea Imperial Imperial Bromeliad Remove brown, dead fronds. 18 Bromeliad Neoreglia ‘Jill’ Jill Bromeliad Remove brown, dead fronds. 6 Bromeliad Neoregelia ‘Fireball’ Fireball Bromeliad Remove brown, dead fronds. 6 Bromeliad Aechmea Blanchettiana Orange Bromeliad Remove brown, dead fronds. 4818 SF Crushed Shell Spray emerging weeds with Roundup or salt water. Rake or blow off leaves and horticultural debris. 16.A.9.b Packet Pg. 507 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) Fertilization: Shrubs, Ground Cover, and Planted Median Areas Calculations based on the following square foot quantities. Type Square Footage Quantities Shrubs / Ground Cover Beds 116,302 Sod Areas 0 Combined Total Square Foot Coverage Area 116,302 NOTE: Fertilization applications are maximized at four (4) times per year, if utilizing 50% slow release. Applications are twice (2) per year if using 100% slow release, six-month formula. Palm specific fertilization (0-0-22) occurs two (2) times per year. Months Formulation Application Rates LBS. SQ FT Bag Qty February 8-2-12 1.5 100 35 May 8-2-12 1.5 100 35 June 0-0-22 So-Po-Mg 10 1,000 1 August 8-2-12 1.5 100 35 October 0-0-22 So-Po-Mg 10 1,000 1 November 8-2-12 1.5 100 35 Comments: Sabal Palms do not receive additional fertilizer. Additional fertilizer: 116,302 SF @ 1.5lbs/sf= 35 bags +27(8 lbs. for Royal Palms) + 27(4 lbs. for Buccaneer Palms) 7 bags= 42 bags 16.A.9.b Packet Pg. 508 Attachment: 19-7659 Solicitation (11230 : 19-7659 Radio Road East Landscape Maintenance) PS: Barbara Lance PM: Melissa Pearson Notifications Sent: 8993 Downloaded: 55 Submissions: 4 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 1 Weeding 52 Weekly 360.00$ 18,720.00$ 370.00$ 19,240.00$ 380.00$ 19,760.00$ 414.84$ 21,571.68$ 414.84$ 21,571.68$ 414.84$ 21,571.68$ 857.00$ 44,564.00$ 857.00$ 44,564.00$ 857.00$ 44,564.00$ 1,200.00$ 62,400.00$ 1,260.00$ 65,520.00$ 1,323.00$ 68,796.00$ 2 General Site Trimming 12 Monthly 880.00$ 10,560.00$ 900.00$ 10,800.00$ 920.00$ 11,040.00$ 5,815.76$ 69,789.12$ 5,815.76$ 69,789.12$ 5,815.76$ 69,789.12$ 1,191.00$ 14,292.00$ 1,191.00$ 14,292.00$ 1,191.00$ 14,292.00$ 300.00$ 3,600.00$ 315.00$ 3,780.00$ 330.75$ 3,969.00$ 3 Street Cleaning 52 Weekly 110.00$ 5,720.00$ 115.00$ 5,980.00$ 120.00$ 6,240.00$ 46.26$ 2,405.52$ 46.26$ 2,405.52$ 46.26$ 2,405.52$ 596.00$ 30,992.00$ 596.00$ 30,992.00$ 596.00$ 30,992.00$ 800.00$ 41,600.00$ 840.00$ 43,680.00$ 882.00$ 45,864.00$ 4 Trash Removal 52 Weekly 120.00$ 6,240.00$ 125.00$ 6,500.00$ 130.00$ 6,760.00$ 61.68$ 3,207.36$ 61.68$ 3,207.36$ 61.68$ 3,207.36$ 596.00$ 30,992.00$ 596.00$ 30,992.00$ 596.00$ 30,992.00$ 800.00$ 41,600.00$ 840.00$ 43,680.00$ 882.00$ 45,864.00$ 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 5 Bursera simaruba / Gumbo limbo 52 Each 50.00$ 2,600.00$ 50.00$ 2,600.00$ 50.00$ 2,600.00$ 87.50$ 4,550.00$ 87.50$ 4,550.00$ 87.50$ 4,550.00$ 175.00$ 9,100.00$ 175.00$ 9,100.00$ 175.00$ 9,100.00$ 50.00$ 2,600.00$ 52.50$ 2,730.00$ 55.13$ 2,866.50$ 6 Bulnesia arborea / Verawood 6 Each 40.00$ 240.00$ 40.00$ 240.00$ 40.00$ 240.00$ 0.01$ 0.06$ 0.01$ 0.06$ 0.01$ 0.06$ 175.00$ 1,050.00$ 175.00$ 1,050.00$ 175.00$ 1,050.00$ 0.01$ 0.06$ 0.01$ 0.06$ 0.01$ 0.07$ 7 Cocoloba diversifolia/Pigeon Plum 30 Each 40.00$ 1,200.00$ 40.00$ 1,200.00$ 40.00$ 1,200.00$ 87.50$ 2,625.00$ 87.50$ 2,625.00$ 87.50$ 2,625.00$ 175.00$ 5,250.00$ 175.00$ 5,250.00$ 175.00$ 5,250.00$ 0.01$ 0.30$ 0.01$ 0.32$ 0.01$ 0.33$ 8 Conocarpus erectus 'sericeus' / Silver Buttonwood 28 Each 40.00$ 1,120.00$ 40.00$ 1,120.00$ 40.00$ 1,120.00$ 0.01$ 0.28$ 0.01$ 0.28$ 0.01$ 0.28$ 75.00$ 2,100.00$ 75.00$ 2,100.00$ 75.00$ 2,100.00$ 0.01$ 0.28$ 0.01$ 0.29$ 0.01$ 0.31$ 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 9 Coccothrinax argentata/Silver palm 24 Each 40.00$ 960.00$ 40.00$ 960.00$ 40.00$ 960.00$ 23.75$ 570.00$ 23.75$ 570.00$ 23.75$ 570.00$ 35.00$ 840.00$ 35.00$ 840.00$ 35.00$ 840.00$ 0.01$ 0.24$ 0.01$ 0.25$ 0.01$ 0.26$ 10 Pseudophoenix sargentii/Buccaneer palm 27 Each 25.00$ 675.00$ 25.00$ 675.00$ 25.00$ 675.00$ 20.00$ 540.00$ 20.00$ 540.00$ 20.00$ 540.00$ 35.00$ 945.00$ 35.00$ 945.00$ 35.00$ 945.00$ 0.01$ 0.27$ 0.01$ 0.28$ 0.01$ 0.30$ 11 Roystonea regia/Royal palm 30 Each 25.00$ 750.00$ 25.00$ 750.00$ 25.00$ 750.00$ 20.00$ 600.00$ 20.00$ 600.00$ 20.00$ 600.00$ 45.00$ 1,350.00$ 45.00$ 1,350.00$ 45.00$ 1,350.00$ 0.01$ 0.30$ 0.01$ 0.32$ 0.01$ 0.33$ 12 Thrinax morrissii/Key Thatch palm 25 Each 15.00$ 375.00$ 15.00$ 375.00$ 15.00$ 375.00$ 0.01$ 0.25$ 0.01$ 0.25$ 0.01$ 0.25$ 35.00$ 875.00$ 35.00$ 875.00$ 35.00$ 875.00$ 0.01$ 0.25$ 0.01$ 0.26$ 0.01$ 0.28$ 13 Thrinax radiata/Florida Thatch palm 35 Each 30.00$ 1,050.00$ 30.00$ 1,050.00$ 30.00$ 1,050.00$ 20.00$ 700.00$ 20.00$ 700.00$ 20.00$ 700.00$ 35.00$ 1,225.00$ 35.00$ 1,225.00$ 35.00$ 1,225.00$ 0.01$ 0.35$ 0.01$ 0.37$ 0.01$ 0.39$ 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 14 Coccothrinax argentata/Silver palm 24 Each 20.00$ 480.00$ 20.00$ 480.00$ 20.00$ 480.00$ 17.50$ 420.00$ 17.50$ 420.00$ 17.50$ 420.00$ 35.00$ 840.00$ 35.00$ 840.00$ 35.00$ 840.00$ 0.01$ 0.24$ 0.01$ 0.25$ 0.01$ 0.26$ 15 Pseudophoenix sargentii/Buccaneer palm 27 Each 10.00$ 270.00$ 10.00$ 270.00$ 10.00$ 270.00$ 26.25$ 708.75$ 26.25$ 708.75$ 26.25$ 708.75$ 35.00$ 945.00$ 35.00$ 945.00$ 35.00$ 945.00$ 0.01$ 0.27$ 0.01$ 0.28$ 0.01$ 0.30$ 16 Roystonea regia/Royal palm 30 Each 10.00$ 300.00$ 10.00$ 300.00$ 10.00$ 300.00$ 26.25$ 787.50$ 26.25$ 787.50$ 26.25$ 787.50$ 45.00$ 1,350.00$ 45.00$ 1,350.00$ 45.00$ 1,350.00$ 50.00$ 1,500.00$ 52.50$ 1,575.00$ 55.13$ 1,653.75$ 17 Thrinax morrissii/Key Thatch palm 25 Each 10.00$ 250.00$ 10.00$ 250.00$ 10.00$ 250.00$ 0.01$ 0.25$ 0.01$ 0.25$ 0.01$ 0.25$ 35.00$ 875.00$ 35.00$ 875.00$ 35.00$ 875.00$ 0.01$ 0.25$ 0.01$ 0.26$ 0.01$ 0.28$ 18 Thrinax radiata/Florida Thatch palm 35 Each 20.00$ 700.00$ 20.00$ 700.00$ 20.00$ 700.00$ 26.25$ 918.75$ 26.25$ 918.75$ 26.25$ 918.75$ 35.00$ 1,225.00$ 35.00$ 1,225.00$ 35.00$ 1,225.00$ 0.01$ 0.35$ 0.01$ 0.37$ 0.01$ 0.39$ 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; Approx 33 bags per application 64 50 LB Bag 22.00$ 1,408.00$ 22.00$ 1,408.00$ 22.00$ 1,408.00$ 15.50$ 992.00$ 15.50$ 992.00$ 15.50$ 992.00$ 20.00$ 1,280.00$ 20.00$ 1,280.00$ 20.00$ 1,280.00$ 20.00$ 1,280.00$ 21.00$ 1,344.00$ 22.05$ 1,411.20$ 20 Application labor rate only (Granular fertilizer, So-Po-Mag (0- 0-22) County supplied), Palms, Approx 1 bag per application 2 50 LB Bag 40.00$ 80.00$ 40.00$ 80.00$ 40.00$ 80.00$ 10.50$ 21.00$ 10.50$ 21.00$ 10.50$ 21.00$ 20.00$ 40.00$ 20.00$ 40.00$ 20.00$ 40.00$ 50.00$ 100.00$ 52.50$ 105.00$ 55.13$ 110.25$ 21 Application labor rate only (Granular fertilizer 8-2-12, County supplied), Additional for Palms; Approx 1 bag per application 2 50 LB Bag 40.00$ 80.00$ 40.00$ 80.00$ 40.00$ 80.00$ 15.50$ 31.00$ 15.50$ 31.00$ 15.50$ 31.00$ 20.00$ 40.00$ 20.00$ 40.00$ 20.00$ 40.00$ 50.00$ 100.00$ 52.50$ 105.00$ 55.13$ 110.25$ 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$ 15.50$ 15.50$ 15.50$ 15.50$ 15.50$ 15.50$ 20.00$ 20.00$ 20.00$ 20.00$ 20.00$ 20.00$ 50.00$ 50.00$ 52.50$ 52.50$ 55.13$ 55.13$ 23 Application labor &materials (Drench) (Sequestrene Iron, Contractor supplied) 1 Lump Sum 1,400.00$ 1,400.00$ 1,400.00$ 1,400.00$ 1,400.00$ 1,400.00$ 1,125.67$ 1,125.67$ 1,125.67$ 1,125.67$ 1,125.67$ 1,125.67$ 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$ 24 Application labor & materials (20-20-20 w/Ferromec AC 13-0-0 plus 6% Iron, Contractor supplied) 1 Lump Sum 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 750.45$ 750.45$ 750.45$ 750.45$ 750.45$ 750.45$ 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$ 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 2,800.00$ 2,800.00$ 2,800.00$ 2,800.00$ 2,800.00$ 2,800.00$ 3,169.11$ 3,169.11$ 3,169.11$ 3,169.11$ 3,169.11$ 3,169.11$ 2,200.00$ 2,200.00$ 2,200.00$ 2,200.00$ 2,200.00$ 2,200.00$ 2,500.00$ 2,500.00$ 2,625.00$ 2,625.00$ 2,756.25$ 2,756.25$ 26 Insecticides & Fungicides Application Labor & Materials (Drench)1 Lump Sum 3,900.00$ 3,900.00$ 3,900.00$ 3,900.00$ 3,900.00$ 3,900.00$ 508.99$ 508.99$ 508.99$ 508.99$ 508.99$ 508.99$ 2,400.00$ 2,400.00$ 2,400.00$ 2,400.00$ 2,400.00$ 2,400.00$ 3,500.00$ 3,500.00$ 3,675.00$ 3,675.00$ 3,858.75$ 3,858.75$ 27 Herbicides Application Labor & Materials (Pre or Post Emergent)1 Lump Sum 480.00$ 480.00$ 480.00$ 480.00$ 480.00$ 480.00$ 3,710.74$ 3,710.74$ 3,710.74$ 3,710.74$ 3,710.74$ 3,710.74$ 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$ 2. SITE SPECIFIC MAINTENANCE WORK AREA 23: Radio Road East from Santa Barbara Blvd to Davis Blvd ORNAMENTAL & TURF SPRAYING: Turf, Groundcover, Shrub, Tree, and Palm (Contractor supplied chemicals - list of chemicals provided in bid specifications) Year 1 Prices 1. ROUTINE MAINTENANCE Year 1 Prices Year 2 Prices Year 3 Prices Canopy Trees (April - September) FERTILIZATION: Groundcover, Shrub, Tree, & Palm (Granular-County supplied / Liquid-Contractor supplied) TREE & PALM MAINTENANCE Palms (June) Palms, Seed Pod Removals, as needed Bid Tabulation # 19-7659 Radio Road Landscape Maintenance Work Area 23, Approximately 1.20 miles ALL LINES MUST BE BID Quantities are approximate for bidding purposes. NOTE: The County may reject bids as non-responsive if the bid price line items are materially unbalanced. Year 1 Prices Year 2 Prices Year 3 Prices Year 3 Prices Year 2 Prices MAINSCAPE INC.SUPERB LANDSCAPE SERVICES INCSUPERIOR LANDSCAPING LAWN SERVICEWALKERS SERVICE INC Year 1 Prices Year 2 Prices Year 3 Prices PRIMARY VENDOR SECONDARY VENDOR 16.A.9.c Packet Pg. 509 Attachment: 19-7659 Bid Tabulation (11230 : 19-7659 Radio Road East Landscape Maintenance) PS: Barbara Lance PM: Melissa Pearson Notifications Sent: 8993 Downloaded: 55 Submissions: 4 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 28 Growth Regulator Applications Labor & Material 1 Lump Sum 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ 5,952.65$ 5,952.65$ 5,952.65$ 5,952.65$ 5,952.65$ 5,952.65$ 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$ 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 29 Application labor & materials rate (Contractor supplied mulch)7,398 2 cu ft bag 6.00$ 44,388.00$ 6.00$ 44,388.00$ 6.00$ 44,388.00$ 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$ 4.95$ 36,620.10$ 5.20$ 38,451.11$ 5.46$ 40,373.66$ 30 Application labor only rate (County supplied mulch)7,398 2 cu ft bag 3.00$ 22,194.00$ 3.00$ 22,194.00$ 3.00$ 22,194.00$ 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$ 2.00$ 14,796.00$ 2.10$ 15,535.80$ 2.21$ 16,312.59$ 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 31 Brick Pavers & Hardscape Surfaces 1 Lump Sum 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ 451.01$ 451.01$ 451.01$ 451.01$ 451.01$ 451.01$ 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$ 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 32 Supervisor 1 Hourly 140.00$ 140.00$ 140.00$ 140.00$ 140.00$ 140.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 125.00$ 125.00$ 131.25$ 131.25$ 137.81$ 137.81$ 33 Laborer 1 Hourly 90.00$ 90.00$ 90.00$ 90.00$ 90.00$ 90.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 125.00$ 125.00$ 131.25$ 131.25$ 137.81$ 137.81$ 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 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 85.00$ 85.00$ 89.25$ 89.25$ 93.71$ 93.71$ 35 Landscape Laborer 1 Hourly 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 50.00$ 35.00$ 35.00$ 35.00$ 35.00$ 35.00$ 35.00$ 30.00$ 30.00$ 30.00$ 30.00$ 30.00$ 30.00$ 85.00$ 85.00$ 89.25$ 89.25$ 93.71$ 93.71$ 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 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 85.00$ 85.00$ 89.25$ 89.25$ 93.71$ 93.71$ 37 Irrigation Technician 1 Hourly 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 85.00$ 85.00$ 89.25$ 89.25$ 93.71$ 93.71$ 38 Irrigation System Review 1 Hourly 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 35.00$ 35.00$ 36.75$ 36.75$ 38.59$ 38.59$ 39 Irrigation Supervisor (After Hours: 7:00 p.m. - 6:30 a.m.) 1 Hourly 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 95.00$ 95.00$ 95.00$ 95.00$ 95.00$ 95.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 125.00$ 125.00$ 131.25$ 131.25$ 137.81$ 137.81$ 40 Irrigation Technician (After Hours: 7:00 p.m. - 6:30 a.m.) 1 Hourly 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 65.00$ 125.00$ 125.00$ 131.25$ 131.25$ 137.81$ 137.81$ 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 Irrigation System Maintenance & Repair 26 Bi-Weekly 900.00$ 23,400.00$ 900.00$ 23,400.00$ 900.00$ 23,400.00$ 688.91$ 17,911.66$ 688.91$ 17,911.66$ 688.91$ 17,911.66$ 380.00$ 9,880.00$ 380.00$ 9,880.00$ 380.00$ 9,880.00$ 400.00$ 10,400.00$ 420.00$ 10,920.00$ 441.00$ 11,466.00$ 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 42 Restanding and Staking Small Palm (4"-6" Caliper) 1 Each 80.00$ 80.00$ 85.00$ 85.00$ 90.00$ 90.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 700.00$ 700.00$ 735.00$ 735.00$ 771.75$ 771.75$ 43 Restanding and Staking Large Palms Caliper greater than 6")1 Each 110.00$ 110.00$ 115.00$ 115.00$ 120.00$ 120.00$ 300.00$ 300.00$ 300.00$ 300.00$ 300.00$ 300.00$ 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$ 44 Restanding and Staking Small Canopy Tree 2x2 posts and guy wire, 4"-6" caliper)1 Each 90.00$ 90.00$ 95.00$ 95.00$ 100.00$ 100.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 700.00$ 700.00$ 735.00$ 735.00$ 771.75$ 771.75$ 45 Restaking Large Canopy Tree (2x4 posts, greater than 6" caliper)1 Each 200.00$ 200.00$ 210.00$ 210.00$ 220.00$ 220.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 800.00$ 800.00$ 840.00$ 840.00$ 882.00$ 882.00$ 46 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$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 800.00$ 800.00$ 840.00$ 840.00$ 882.00$ 882.00$ 47 Removal: Medium Palms - Foxtail & Sabal (includes root balls and stumps)1 Each 240.00$ 240.00$ 260.00$ 260.00$ 280.00$ 280.00$ 250.00$ 250.00$ 250.00$ 250.00$ 250.00$ 250.00$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 175.00$ 900.00$ 900.00$ 945.00$ 945.00$ 992.25$ 992.25$ 48 Removal: Large Palms - Royal & Bismarck (includes root balls and stumps)1 Each 380.00$ 380.00$ 400.00$ 400.00$ 420.00$ 420.00$ 700.00$ 700.00$ 700.00$ 700.00$ 700.00$ 700.00$ 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$ 49 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$ 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 495.00$ 495.00$ 495.00$ 495.00$ 495.00$ 495.00$ 800.00$ 800.00$ 840.00$ 840.00$ 882.00$ 882.00$ 50 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$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 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$ 51 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$ 850.00$ 850.00$ 850.00$ 850.00$ 850.00$ 850.00$ 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$ 52 Stump tip overs (small)1 Each 50.00$ 50.00$ 55.00$ 55.00$ 60.00$ 60.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 500.00$ 500.00$ 525.00$ 525.00$ 551.25$ 551.25$ 53 Stump tip overs (medium)1 Each 110.00$ 110.00$ 120.00$ 120.00$ 130.00$ 130.00$ 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 300.00$ 300.00$ 300.00$ 300.00$ 300.00$ 300.00$ 700.00$ 700.00$ 735.00$ 735.00$ 771.75$ 771.75$ 54 Stump tip overs (large)1 Each 240.00$ 240.00$ 260.00$ 260.00$ 280.00$ 280.00$ 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 500.00$ 500.00$ 500.00$ 500.00$ 500.00$ 500.00$ 900.00$ 900.00$ 945.00$ 945.00$ 992.25$ 992.25$ 55 Soil replacement (fill in stump tip over hole) 1 Cubic Yard 140.00$ 140.00$ 150.00$ 150.00$ 160.00$ 160.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 250.00$ 250.00$ 262.50$ 262.50$ 275.63$ 275.63$ 56 Cut Dead Palm to a 3' stump (All sizes)1 Hour 130.00$ 130.00$ 140.00$ 140.00$ 150.00$ 150.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 250.00$ 250.00$ 262.50$ 262.50$ 275.63$ 275.63$ 57 Cut Dead Tree to a 3' stump (All sizes)1 Hour 380.00$ 380.00$ 400.00$ 400.00$ 420.00$ 420.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 250.00$ 250.00$ 262.50$ 262.50$ 275.63$ 275.63$ 58 Debris Removal 1 Cubic Yard 120.00$ 120.00$ 130.00$ 130.00$ 140.00$ 140.00$ 15.00$ 15.00$ 15.00$ 15.00$ 15.00$ 15.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 250.00$ 250.00$ 262.50$ 262.50$ 275.63$ 275.63$ IRRIGATION PERSONNEL LABOR HOURS EMERGENCY RESPONSE LABOR HOURS (After 5:00 p.m., Monday - Friday, and 24 hours during weekends & holidays) LANDSCAPE PERSONNEL LABOR HOURS 3. ALTERNATIVE SERVICES GROWTH REGULATOR APPLICATIONS (Contractor supplied - Trimtect® or Equivalent) MULCH (2" mulch, 2 cubic foot bags) PRESSURE CLEANING (inclusive of all labor, materials, equipment to complete the work) TREE & PALM SERVICES (All inclusive of labor, equipment, watering, materials, and incidentials to complete the work) IRRIGATION SERVICES 16.A.9.c Packet Pg. 510 Attachment: 19-7659 Bid Tabulation (11230 : 19-7659 Radio Road East Landscape Maintenance) PS: Barbara Lance PM: Melissa Pearson Notifications Sent: 8993 Downloaded: 55 Submissions: 4 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 59 Bucket Truck 1 Hour 140.00$ 140.00$ 150.00$ 150.00$ 160.00$ 160.00$ 250.00$ 250.00$ 250.00$ 250.00$ 250.00$ 250.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 309.75$ 309.75$ 325.24$ 325.24$ 60 Water Truck 1 Hour 160.00$ 160.00$ 170.00$ 170.00$ 180.00$ 180.00$ 195.00$ 195.00$ 195.00$ 195.00$ 195.00$ 195.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 295.00$ 295.00$ 309.75$ 309.75$ 325.24$ 325.24$ 61 Mini Excavator 1 Hour 180.00$ 180.00$ 190.00$ 190.00$ 200.00$ 200.00$ 395.00$ 395.00$ 395.00$ 395.00$ 395.00$ 395.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 309.75$ 309.75$ 325.24$ 325.24$ 62 Crane Truck 1 Hour 450.00$ 450.00$ 500.00$ 500.00$ 550.00$ 550.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 625.00$ 625.00$ 625.00$ 625.00$ 625.00$ 625.00$ 295.00$ 295.00$ 309.75$ 309.75$ 325.24$ 325.24$ 63 Skid Loader 1 Hour 95.00$ 95.00$ 100.00$ 100.00$ 110.00$ 110.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 225.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 295.00$ 309.75$ 309.75$ 325.24$ 325.24$ 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 64 Traffic Accident Cleanup Hourly Rate 1 Hourly 105.00$ 105.00$ 105.00$ 105.00$ 105.00$ 105.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 195.00$ 195.00$ 195.00$ 195.00$ 195.00$ 195.00$ 495.00$ 495.00$ 519.75$ 519.75$ 545.74$ 545.74$ 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 65 Application labor & materials rate (Contractor Supplied)1 40 lb. Bag 15.00$ 15.00$ 15.00$ 15.00$ 15.00$ 15.00$ 22.50$ 22.50$ 22.50$ 22.50$ 22.50$ 22.50$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 75.00$ 125.00$ 125.00$ 131.25$ 131.25$ 137.81$ 137.81$ 66 Application labor rate only (County Supplied)1 40 lb. Bag 4.00$ 4.00$ 4.00$ 4.00$ 4.00$ 4.00$ 12.50$ 12.50$ 12.50$ 12.50$ 12.50$ 12.50$ 35.00$ 35.00$ 35.00$ 35.00$ 35.00$ 35.00$ 115.00$ 115.00$ 120.75$ 120.75$ 126.79$ 126.79$ 67 68 BID TOTAL (YEARS 1 - 3) Yes Yes Yes No 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 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 N/A Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes No Yes Yes Yes Yes Yes Yes Yes Yes Non-responsive due to Everify not listed as Suberb Input Yes or No SunBiz 752,526.00$ Addendum 762,382.50$ Green Industries, Best Management Practices, Certificate (or must be obtained within 6 months) Irrigation list of projects showing three (3) years' experience with Motorola Irrigation Control Systems or equivalent smart controller systems. 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. Landscape License Pesticide License Required Documents 614,862.90$ 494,342.00$ Input Yes or No Input Yes or No 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.). 204,954.30$ CRUSHED SHELL (non-organic mulch) 204,954.30$ YEAR 1 - 3 SUBTOTALS 163,174.00$ 164,779.00$ 166,389.00$ 253,925.97$ 266,622.27$ MATERIALS MARKUP PERCENTAGE IS 10% ( percentage is a markup on non-bid line items. Receipts are required as backup with invoice for verification) E-Verify 204,954.30$ Input Yes or No Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S. Irrigation License 241,834.26$ Insurance and Bonding Requirements Form 2: Vendor Check List Form 3: Conflict of Interest Affidavit Form 4: Vendor Declaration Statement Form 5: Immigration Affidavit Certification Form 6: Vendor Substitute W – 9 250,842.00$ 250,842.00$ 250,842.00$ Opened By: Barbara Lance 9/24/19 Witnessed By: Sarah Hamilton 9/24/19 Form 7: Vendor Submittal – Local Vendor Preference 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. Required Forms International Society of Arborists (ISA) certification References: Include three (3) governmental or commercial references relevant to the services listed in the specifications Maintenance of Traffic Certificate, Intermediate Level, with three (3) years experience 16.A.9.c Packet Pg. 511 Attachment: 19-7659 Bid Tabulation (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.d Packet Pg. 512 Attachment: 19-7659 Walkers_Insurance_12-13-19 (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.d Packet Pg. 513 Attachment: 19-7659 Walkers_Insurance_12-13-19 (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.d Packet Pg. 514 Attachment: 19-7659 Walkers_Insurance_12-13-19 (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 515Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 516Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 517Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 518Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 519Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 520Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 521Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 522Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 523Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 524Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 525Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 526Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 527Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) Crystal K. Kinzel, Clerk of Court & Comptroller 16.A.9.e Packet Pg. 528 Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 529Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 530Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 531Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 532Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 533Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 534Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 535Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 536Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 537Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 538Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 539Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 540Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 541Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 542Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 543Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 544Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 545Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 546Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 547Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 548Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 549Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 550Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 551Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 552Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 553Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 554Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 555Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 556Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 557Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 558Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 559Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.ePacket Pg. 560Attachment: 19-7659 Mainscape, Inc._Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 09/25/2019 McGowan Insurance Group Inc 355 Indiana Avenue Suite 200 Indianapolis IN 46204 Kathy Hoyer (317) 464-5000 (317) 464-5001 kathyhoyer@mcgowaninc.com Mainscape, Inc.; Mainscape Fishers, LLC 13418 Britton Park Road Fishers IN 46038 The Florists' Mutual Insurance Co 13978 Philadelphia Insurance Co.18058 2019-20 FL Master A Landscape Design E & O Incl Pesticide Included Y FICBP13718 10/01/2019 10/01/2020 1,000,000 100,000 5,000 1,000,000 2,000,000 2,000,000 Employee Benefits 1,000,000 A FMA00009633 10/01/2019 10/01/2020 1,000,000 Uninsured motorist combined single limit 1,000,000 A 10,000 EX09712 10/01/2019 10/01/2020 10,000,000 10,000,000 A N WCN3074518 10/01/2019 10/01/2020 1,000,000 1,000,000 1,000,000 A Leased or rented Equip B Employee Dishonesty FICBP13718 / PHSD1384826 10/01/2019 10/01/2020 Limit ($1,000 Ded)$150,000 Limit $1,000,000 The following apply in favor of Collier County Board of Commissioners when required by written contract, subject to policy terms and conditions for any and all work performed on behalf of Collier County: General Liability Additional insured on a primary and non-contributory basis (including Completed Ops) and Waiver of Subrogation in favor of additional insured per form L2031 (07/12); Automobile Liability Additional Insured and Waiver of Subrogation per form SBFAE (02/18) and primary, non-contributory per form CA0449 (11/16). Workers' Compensation Waiver of Subrogation per form WC000313 (04/84) Collier County Board of County Commissioners 3327 Tamiami Trail E. Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 19-7659 16.A.9.f Packet Pg. 561 Attachment: 19-7659 Mainscape, Inc._Insurance_12-31-19 (11230 : 19-7659 Radio Road East Landscape Maintenance) PS: Barbara Lance PM: Melissa Pearson Notifications Sent: Downloaded: Submissions: Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total 1 Weeding 52 Weekly 360.00$ 18,720.00$ 370.00$ 19,240.00$ 380.00$ 19,760.00$ 2 General Site Trimming 12 Monthly 880.00$ 10,560.00$ 900.00$ 10,800.00$ 920.00$ 11,040.00$ 3 Street Cleaning 52 Weekly 110.00$ 5,720.00$ 115.00$ 5,980.00$ 120.00$ 6,240.00$ 4 Trash Removal 52 Weekly 120.00$ 6,240.00$ 125.00$ 6,500.00$ 130.00$ 6,760.00$ Unit Price Total Unit Price Total Unit Price Total 5 Bursera simaruba / Gumbo limbo 52 Each 50.00$ 2,600.00$ 50.00$ 2,600.00$ 50.00$ 2,600.00$ 6 Bulnesia arborea / Verawood 6 Each 40.00$ 240.00$ 40.00$ 240.00$ 40.00$ 240.00$ 7 Cocoloba diversifolia/Pigeon Plum 30 Each 40.00$ 1,200.00$ 40.00$ 1,200.00$ 40.00$ 1,200.00$ 8 Conocarpus erectus 'sericeus' / Silver Buttonwood 28 Each 40.00$ 1,120.00$ 40.00$ 1,120.00$ 40.00$ 1,120.00$ Unit Price Total Unit Price Total Unit Price Total 9 Coccothrinax argentata/Silver palm 24 Each 40.00$ 960.00$ 40.00$ 960.00$ 40.00$ 960.00$ 10 Pseudophoenix sargentii/Buccaneer palm 27 Each 25.00$ 675.00$ 25.00$ 675.00$ 25.00$ 675.00$ 11 Roystonea regia/Royal palm 30 Each 25.00$ 750.00$ 25.00$ 750.00$ 25.00$ 750.00$ 12 Thrinax morrissii/Key Thatch palm 25 Each 15.00$ 375.00$ 15.00$ 375.00$ 15.00$ 375.00$ 13 Thrinax radiata/Florida Thatch palm 35 Each 30.00$ 1,050.00$ 30.00$ 1,050.00$ 30.00$ 1,050.00$ Unit Price Total Unit Price Total Unit Price Total 14 Coccothrinax argentata/Silver palm 24 Each 20.00$ 480.00$ 20.00$ 480.00$ 20.00$ 480.00$ 15 Pseudophoenix sargentii/Buccaneer palm 27 Each 10.00$ 270.00$ 10.00$ 270.00$ 10.00$ 270.00$ 16 Roystonea regia/Royal palm 30 Each 10.00$ 300.00$ 10.00$ 300.00$ 10.00$ 300.00$ 17 Thrinax morrissii/Key Thatch palm 25 Each 10.00$ 250.00$ 10.00$ 250.00$ 10.00$ 250.00$ 18 Thrinax radiata/Florida Thatch palm 35 Each 20.00$ 700.00$ 20.00$ 700.00$ 20.00$ 700.00$ 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; Approx 33 bags per application 64 50 LB Bag 22.00$ 1,408.00$ 22.00$ 1,408.00$ 22.00$ 1,408.00$ 20 Application labor rate only (Granular fertilizer, So-Po-Mag (0-0- 22) County supplied), Palms, Approx 1 bag per application 2 50 LB Bag 40.00$ 80.00$ 40.00$ 80.00$ 40.00$ 80.00$ 21 Application labor rate only (Granular fertilizer 8-2-12, County supplied), Additional for Palms; Approx 1 bag per application 2 50 LB Bag 40.00$ 80.00$ 40.00$ 80.00$ 40.00$ 80.00$ 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 1,400.00$ 1,400.00$ 1,400.00$ 1,400.00$ 1,400.00$ 1,400.00$ Bid Schedule # 19-7659 Radio Road Landscape Maintenance Work Area 23, Approximately 1.20 miles Year 1 Prices ALL LINES MUST BE BID Quantities are approximate for bidding purposes. NOTE: The County may reject bids as non-responsive if the bid price line items are materially unbalanced. 1. ROUTINE MAINTENANCE Year 2 Prices Year 3 Prices Canopy Trees (April - September) FERTILIZATION: Groundcover, Shrub, Tree, & Palm (Granular-County supplied / Liquid-Contractor supplied) TREE & PALM MAINTENANCE Palms (June) Palms, Seed Pod Removals, as needed 2. SITE SPECIFIC MAINTENANCE WORK AREA 23: Radio Road East from Santa Barbara Blvd to Davis Blvd 16.A.9.g Packet Pg. 562 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) PS: Barbara Lance PM: Melissa Pearson Notifications Sent: Downloaded: Submissions: 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 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ 1,800.00$ Unit Price Total Unit Price Total Unit Price Total 25 Insecticides & Fungicides Application Labor & Materials (Foliar)1 Lump Sum 2,800.00$ 2,800.00$ 2,800.00$ 2,800.00$ 2,800.00$ 2,800.00$ 26 Insecticides & Fungicides Application Labor & Materials (Drench)1 Lump Sum 3,900.00$ 3,900.00$ 3,900.00$ 3,900.00$ 3,900.00$ 3,900.00$ 27 Herbicides Application Labor & Materials (Pre or Post Emergent)1 Lump Sum 480.00$ 480.00$ 480.00$ 480.00$ 480.00$ 480.00$ Unit Price Total Unit Price Total Unit Price Total 28 Growth Regulator Applications Labor & Material 1 Lump Sum 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ Unit Price Total Unit Price Total Unit Price Total 29 Application labor & materials rate (Contractor supplied mulch)7,398 2 cu ft bag 6.00$ 44,388.00$ 6.00$ 44,388.00$ 6.00$ 44,388.00$ 30 Application labor only rate (County supplied mulch)7,398 2 cu ft 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 31 Brick Pavers & Hardscape Surfaces 1 Lump Sum 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ 1,600.00$ Unit Price Total Unit Price Total Unit Price Total 32 Supervisor 1 Hourly 140.00$ 140.00$ 140.00$ 140.00$ 140.00$ 140.00$ 33 Laborer 1 Hourly 90.00$ 90.00$ 90.00$ 90.00$ 90.00$ 90.00$ 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: 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: 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 Irrigation System Maintenance & Repair 26 Bi-Weekly 900.00$ 23,400.00$ 900.00$ 23,400.00$ 900.00$ 23,400.00$ IRRIGATION SERVICES 3. ALTERNATIVE SERVICES GROWTH REGULATOR APPLICATIONS (Contractor supplied - Trimtect® or Equivalent) MULCH (2" mulch, 2 cubic foot bags) PRESSURE CLEANING (inclusive of all labor, materials, equipment to complete the work) ORNAMENTAL & TURF SPRAYING: Turf, Groundcover, Shrub, Tree, and Palm (Contractor supplied chemicals - list of chemicals provided in bid specifications) IRRIGATION PERSONNEL LABOR HOURS EMERGENCY RESPONSE LABOR HOURS (After 5:00 p.m., Monday - Friday, and 24 hours during weekends & holidays) LANDSCAPE PERSONNEL LABOR HOURS 16.A.9.g Packet Pg. 563 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) PS: Barbara Lance PM: Melissa Pearson Notifications Sent: Downloaded: Submissions: Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 42 Restanding and Staking Small Palm (4"-6" Caliper) 1 Each 80.00$ 80.00$ 85.00$ 85.00$ 90.00$ 90.00$ 43 Restanding and Staking Large Palms Caliper greater than 6")1 Each 110.00$ 110.00$ 115.00$ 115.00$ 120.00$ 120.00$ 44 Restanding and Staking Small Canopy Tree 2x2 posts and guy wire, 4"-6" caliper)1 Each 90.00$ 90.00$ 95.00$ 95.00$ 100.00$ 100.00$ 45 Restaking Large Canopy Tree (2x4 posts, greater than 6" caliper)1 Each 200.00$ 200.00$ 210.00$ 210.00$ 220.00$ 220.00$ 46 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$ 47 Removal: Medium Palms - Foxtail & Sabal (includes root balls and stumps)1 Each 240.00$ 240.00$ 260.00$ 260.00$ 280.00$ 280.00$ 48 Removal: Large Palms - Royal & Bismarck (includes root balls and stumps)1 Each 380.00$ 380.00$ 400.00$ 400.00$ 420.00$ 420.00$ 49 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$ 50 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$ 51 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$ 52 Stump tip overs (small)1 Each 50.00$ 50.00$ 55.00$ 55.00$ 60.00$ 60.00$ 53 Stump tip overs (medium)1 Each 110.00$ 110.00$ 120.00$ 120.00$ 130.00$ 130.00$ 54 Stump tip overs (large)1 Each 240.00$ 240.00$ 260.00$ 260.00$ 280.00$ 280.00$ 55 Soil replacement (fill in stump tip over hole) 1 Cubic Yard 140.00$ 140.00$ 150.00$ 150.00$ 160.00$ 160.00$ 56 Cut Dead Palm to a 3' stump (All sizes)1 Hour 130.00$ 130.00$ 140.00$ 140.00$ 150.00$ 150.00$ 57 Cut Dead Tree to a 3' stump (All sizes)1 Hour 380.00$ 380.00$ 400.00$ 400.00$ 420.00$ 420.00$ 58 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 59 Bucket Truck 1 Hour 140.00$ 140.00$ 150.00$ 150.00$ 160.00$ 160.00$ 60 Water Truck 1 Hour 160.00$ 160.00$ 170.00$ 170.00$ 180.00$ 180.00$ 61 Mini Excavator 1 Hour 180.00$ 180.00$ 190.00$ 190.00$ 200.00$ 200.00$ 62 Crane Truck 1 Hour 450.00$ 450.00$ 500.00$ 500.00$ 550.00$ 550.00$ 63 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 64 Traffic Accident Cleanup Hourly Rate 1 Hourly 105.00$ 105.00$ 105.00$ 105.00$ 105.00$ 105.00$ 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.). TREE & PALM SERVICES (All inclusive of labor, equipment, watering, materials, and incidentials to complete the work) 16.A.9.g Packet Pg. 564 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) PS: Barbara Lance PM: Melissa Pearson Notifications Sent: Downloaded: Submissions: Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 65 Application labor & materials rate (Contractor Supplied)1 40 lb. Bag 15.00$ 15.00$ 15.00$ 15.00$ 15.00$ 15.00$ 66 Application labor rate only (County Supplied)1 40 lb. Bag 4.00$ 4.00$ 4.00$ 4.00$ 4.00$ 4.00$ 67 68 WALKERS SERVICE yes yes yes yes no yes yes yes yes yes yes 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) yes E-Verify 166,389.00$ BID TOTAL (YEARS 1 - 3) 494,342.00$ 164,779.00$ CRUSHED SHELL (non-organic mulch) 163,174.00$ YEAR 1 - 3 SUBTOTALS Input Yes or No yes Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S. yes Irrigation License Landscape License Pesticide License Required Documents yes 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. yesInternational Society of Arborists (ISA) certification References: Include three (3) governmental or commercial references relevant to the services listed in the specifications Maintenance of Traffic Certificate, Intermediate Level, with three (3) years experience Green Industries, Best Management Practices, Certificate (or must be obtained within 6 months) Irrigation list of projects showing three (3) years' experience with Motorola Irrigation Control Systems or equivalent smart controller systems. 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. yes Input Yes or No yes Insurance and Bonding Requirements Form 2: Vendor Check List Form 3: Conflict of Interest Affidavit Form 4: Vendor Declaration Statement Form 5: Immigration Affidavit Certification Form 6: Vendor Substitute W – 9 Form 7: Vendor Submittal – Local Vendor Preference Affidavit yes Required Forms 16.A.9.g Packet Pg. 565 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 566 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.gPacket Pg. 567Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 568 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 569 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 570 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 571 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 572 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 573 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 574 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 575 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 576 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 577 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 578 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 579 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 580 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 581 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 582 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 583 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 584 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 585 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 586 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 587 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 588 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 589 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 590 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 591 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 592 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 593 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 594 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 595 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 596 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 597 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 598 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 599 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 600 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 601 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 602 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 603 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.gPacket Pg. 604Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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.9.g Packet Pg. 605 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 606 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 607 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 608 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 609 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 610 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 611 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 612 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 613 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 614 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 615 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 616 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 617 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 618 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 619 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.g Packet Pg. 620 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) ADDENDUM # 1 Memorandum Date: September 17, 2019 From: Barbara Lance, Procurement Strategist To: Interested Parties Subject: Addendum # 1 – 19-7659 Radio Road East Landscape Maintenance This addendum has been issued for the following item(s) identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Addition: Question 2: What was the last bid amount for this job? Answer to Q2: There are two bid tabs attached for review. ITB 16-6554 was long term landscape maintenance services, and QQ 2019-004 LM was for short-term landscape maintenance services. Even though they are named differently, it is the same work area. Files Uploaded: 19-7659 ITB 16-6554 Tab_Addendum 1 19-7659 QQ 2019-004 LM_Addendum 1 CC: Melissa Pearson, Project Manager Please acknowledge receipt of this Addendum and include with your bid. (Signature) Date (Name of Firm) If you require additional information, please post a question on BidSync on -line or contact me using the above contact information. Email: Barbara.Lance@colliercountygov.net Telephone: 239-252-8998 16.A.9.g Packet Pg. 621 Attachment: 19-7659 Walkers_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) PS: Barbara Lance PM: Melissa Pearson Notifications Sent: Downloaded: Submissions: Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total 1 Weeding 52 Weekly 414.84$ 21,571.68$ 414.84$ 21,571.68$ 414.84$ 21,571.68$ 2 General Site Trimming 12 Monthly 5,815.76$ 69,789.12$ 5,815.76$ 69,789.12$ 5,815.76$ 69,789.12$ 3 Street Cleaning 52 Weekly 46.26$ 2,405.52$ 46.26$ 2,405.52$ 46.26$ 2,405.52$ 4 Trash Removal 52 Weekly 61.68$ 3,207.36$ 61.68$ 3,207.36$ 61.68$ 3,207.36$ Unit Price Total Unit Price Total Unit Price Total 5 Bursera simaruba / Gumbo limbo 52 Each 87.50$ 4,550.00$ 87.50$ 4,550.00$ 87.50$ 4,550.00$ 6 Bulnesia arborea / Verawood 6 Each 0.01$ 0.06$ 0.01$ 0.06$ 0.01$ 0.06$ 7 Cocoloba diversifolia/Pigeon Plum 30 Each 87.50$ 2,625.00$ 87.50$ 2,625.00$ 87.50$ 2,625.00$ 8 Conocarpus erectus 'sericeus' / Silver Buttonwood 28 Each 0.01$ 0.28$ 0.01$ 0.28$ 0.01$ 0.28$ Unit Price Total Unit Price Total Unit Price Total 9 Coccothrinax argentata/Silver palm 24 Each 23.75$ 570.00$ 23.75$ 570.00$ 23.75$ 570.00$ 10 Pseudophoenix sargentii/Buccaneer palm 27 Each 20.00$ 540.00$ 20.00$ 540.00$ 20.00$ 540.00$ 11 Roystonea regia/Royal palm 30 Each 20.00$ 600.00$ 20.00$ 600.00$ 20.00$ 600.00$ 12 Thrinax morrissii/Key Thatch palm 25 Each 0.01$ 0.25$ 0.01$ 0.25$ 0.01$ 0.25$ 13 Thrinax radiata/Florida Thatch palm 35 Each 20.00$ 700.00$ 20.00$ 700.00$ 20.00$ 700.00$ Unit Price Total Unit Price Total Unit Price Total 14 Coccothrinax argentata/Silver palm 24 Each 17.50$ 420.00$ 17.50$ 420.00$ 17.50$ 420.00$ 15 Pseudophoenix sargentii/Buccaneer palm 27 Each 26.25$ 708.75$ 26.25$ 708.75$ 26.25$ 708.75$ 16 Roystonea regia/Royal palm 30 Each 26.25$ 787.50$ 26.25$ 787.50$ 26.25$ 787.50$ 17 Thrinax morrissii/Key Thatch palm 25 Each 0.01$ 0.25$ 0.01$ 0.25$ 0.01$ 0.25$ 18 Thrinax radiata/Florida Thatch palm 35 Each 26.25$ 918.75$ 26.25$ 918.75$ 26.25$ 918.75$ 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; Approx 33 bags per application 64 50 LB Bag 15.50$ 992.00$ 15.50$ 992.00$ 15.50$ 992.00$ 20 Application labor rate only (Granular fertilizer, So-Po-Mag (0-0- 22) County supplied), Palms, Approx 1 bag per application 2 50 LB Bag 10.50$ 21.00$ 10.50$ 21.00$ 10.50$ 21.00$ 21 Application labor rate only (Granular fertilizer 8-2-12, County supplied), Additional for Palms; Approx 1 bag per application 2 50 LB Bag 15.50$ 31.00$ 15.50$ 31.00$ 15.50$ 31.00$ 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$ 23 Application labor &materials (Drench) (Sequestrene Iron, Contractor supplied) 1 Lump Sum 1,125.67$ 1,125.67$ 1,125.67$ 1,125.67$ 1,125.67$ 1,125.67$ 24 Application labor & materials (20-20-20 w/Ferromec AC 13-0-0 plus 6% Iron, Contractor supplied) 1 Lump Sum 750.45$ 750.45$ 750.45$ 750.45$ 750.45$ 750.45$ Year 1 Prices ALL LINES MUST BE BID Quantities are approximate for bidding purposes. NOTE: The County may reject bids as non-responsive if the bid price line items are materially unbalanced. 1. ROUTINE MAINTENANCE Year 2 Prices Year 3 Prices Canopy Trees (April - September) FERTILIZATION: Groundcover, Shrub, Tree, & Palm (Granular-County supplied / Liquid-Contractor supplied) TREE & PALM MAINTENANCE Palms (June) Palms, Seed Pod Removals, as needed 2. SITE SPECIFIC MAINTENANCE WORK AREA 23: Radio Road East from Santa Barbara Blvd to Davis Blvd Bid Schedule # 19-7659 Radio Road Landscape Maintenance Work Area 23, Approximately 1.20 miles 16.A.9.h Packet Pg. 622 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) PS: Barbara Lance PM: Melissa Pearson Notifications Sent: Downloaded: Submissions: Item Description Qty UOM 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 3,169.11$ 3,169.11$ 3,169.11$ 3,169.11$ 3,169.11$ 3,169.11$ 26 Insecticides & Fungicides Application Labor & Materials (Drench)1 Lump Sum 508.99$ 508.99$ 508.99$ 508.99$ 508.99$ 508.99$ 27 Herbicides Application Labor & Materials (Pre or Post Emergent)1 Lump Sum 3,710.74$ 3,710.74$ 3,710.74$ 3,710.74$ 3,710.74$ 3,710.74$ Unit Price Total Unit Price Total Unit Price Total 28 Growth Regulator Applications Labor & Material 1 Lump Sum 5,952.65$ 5,952.65$ 5,952.65$ 5,952.65$ 5,952.65$ 5,952.65$ Unit Price Total Unit Price Total Unit Price Total 29 Application labor & materials rate (Contractor supplied mulch)7,398 2 cu ft bag 5.00$ 36,990.00$ 5.00$ 36,990.00$ 5.00$ 36,990.00$ 30 Application labor only rate (County supplied mulch)7,398 2 cu ft 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 31 Brick Pavers & Hardscape Surfaces 1 Lump Sum 451.01$ 451.01$ 451.01$ 451.01$ 451.01$ 451.01$ Unit Price Total Unit Price Total Unit Price Total 32 Supervisor 1 Hourly 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 33 Laborer 1 Hourly 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 45.00$ 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: 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: 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 Irrigation System Maintenance & Repair 26 Bi-Weekly 688.91$ 17,911.66$ 688.91$ 17,911.66$ 688.91$ 17,911.66$ ORNAMENTAL & TURF SPRAYING: Turf, Groundcover, Shrub, Tree, and Palm (Contractor supplied chemicals - list of chemicals provided in bid specifications) IRRIGATION PERSONNEL LABOR HOURS EMERGENCY RESPONSE LABOR HOURS (After 5:00 p.m., Monday - Friday, and 24 hours during weekends & holidays) LANDSCAPE PERSONNEL LABOR HOURS 3. ALTERNATIVE SERVICES GROWTH REGULATOR APPLICATIONS (Contractor supplied - Trimtect® or Equivalent) MULCH (2" mulch, 2 cubic foot bags) PRESSURE CLEANING (inclusive of all labor, materials, equipment to complete the work) IRRIGATION SERVICES 16.A.9.h Packet Pg. 623 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) PS: Barbara Lance PM: Melissa Pearson Notifications Sent: Downloaded: Submissions: Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 42 Restanding and Staking Small Palm (4"-6" Caliper) 1 Each 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 43 Restanding and Staking Large Palms Caliper greater than 6")1 Each 300.00$ 300.00$ 300.00$ 300.00$ 300.00$ 300.00$ 44 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$ 45 Restaking Large Canopy Tree (2x4 posts, greater than 6" caliper)1 Each 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 46 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$ 47 Removal: Medium Palms - Foxtail & Sabal (includes root balls and stumps)1 Each 250.00$ 250.00$ 250.00$ 250.00$ 250.00$ 250.00$ 48 Removal: Large Palms - Royal & Bismarck (includes root balls and stumps)1 Each 700.00$ 700.00$ 700.00$ 700.00$ 700.00$ 700.00$ 49 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$ 50 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$ 51 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$ 52 Stump tip overs (small)1 Each 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 125.00$ 53 Stump tip overs (medium)1 Each 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 54 Stump tip overs (large)1 Each 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 150.00$ 55 Soil replacement (fill in stump tip over hole) 1 Cubic Yard 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 85.00$ 56 Cut Dead Palm to a 3' stump (All sizes)1 Hour 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 57 Cut Dead Tree to a 3' stump (All sizes)1 Hour 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 58 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 59 Bucket Truck 1 Hour 250.00$ 250.00$ 250.00$ 250.00$ 250.00$ 250.00$ 60 Water Truck 1 Hour 195.00$ 195.00$ 195.00$ 195.00$ 195.00$ 195.00$ 61 Mini Excavator 1 Hour 395.00$ 395.00$ 395.00$ 395.00$ 395.00$ 395.00$ 62 Crane Truck 1 Hour 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 63 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 64 Traffic Accident Cleanup Hourly Rate 1 Hourly 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ 55.00$ Unit Price Total Unit Price Total Unit Price Total 65 Application labor & materials rate (Contractor Supplied)1 40 lb. Bag 22.50$ 22.50$ 22.50$ 22.50$ 22.50$ 22.50$ 66 Application labor rate only (County Supplied)1 40 lb. Bag 12.50$ 12.50$ 12.50$ 12.50$ 12.50$ 12.50$ 67 68 TREE & PALM SERVICES (All inclusive of labor, equipment, watering, materials, and incidentials to complete the work) 204,954.30$ BID TOTAL (YEARS 1 - 3) 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.). 614,862.90$ 204,954.30$ CRUSHED SHELL (non-organic mulch) 204,954.30$ YEAR 1 - 3 SUBTOTALS MATERIALS MARKUP PERCENTAGE IS 10% ( percentage is a markup on non-bid line items. Receipts are required as backup with invoice for verification) 16.A.9.h Packet Pg. 624 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) PS: Barbara Lance PM: Melissa Pearson Notifications Sent: Downloaded: Submissions: Item Description Qty UOM Unit Price Total Unit Price Total Unit Price Total Yes Yes Input Yes or No Yes Insurance and Bonding Requirements Form 2: Vendor Check List Form 3: Conflict of Interest Affidavit Form 4: Vendor Declaration Statement Form 5: Immigration Affidavit Certification Form 6: Vendor Substitute W – 9 Form 7: Vendor Submittal – Local Vendor Preference Affidavit Yes Required Forms References: Include three (3) governmental or commercial references relevant to the services listed in the specifications Maintenance of Traffic Certificate, Intermediate Level, with three (3) years experience Green Industries, Best Management Practices, Certificate (or must be obtained within 6 months) Irrigation list of projects showing three (3) years' experience with Motorola Irrigation Control Systems or equivalent smart controller systems. 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. Input Yes or No Yes Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S. Yes Irrigation License Landscape License Pesticide License Required Documents Yes 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. NoInternational Society of Arborists (ISA) certification Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes E-Verify 16.A.9.h Packet Pg. 625 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 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 Eli Lilly to Fort Hood in Texas. We currently operate on multiple military bases and pharmaceutical manufacturers, which requires to utmost in safety management. Currently, our largest local governmental client is Gateway CDD in Fort Myers. Servicing this client for over 10 years, Mainscape has maintained their ROWs, provided Iandscape installation services and improved the irrigation systems efficiency and effectiveness. References: Customer Agency Name: Contact Name: Title: Phone Number: Gateway CDD/Stoneybrook CDD EIle Harris Manager 239.898.6312 Collier Countv Solicitation #19-7559 16.A.9.h Packet Pg. 626 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Contract Length: 10 years Value: S800,000/5100,000 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: S250,000 Type: Commercial Portfolio Customer Agency Name: Winn Residential Military Housing Services Contact Name: Title: Phone Number: Value: Type: Martin McNeil Vice President Facilities 675.447 .1340 S16.7 million Military,/Government Customer Agency Name: Eli Lilly & Co. Contact Name: Rich Garrison Title: Supplier Relationship Manager Phone Number: 800.545.5979 Contract Length: 5 years Value: 53 Million Type: Commercial Campus 16.A.9.h Packet Pg. 627 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Collier Countv Solicitation #19-7659 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. Account Executive ..$i:sr#ii2 ; issAl: = ,A**.."S Brandon Whaley e/231Ls 16.A.9.h Packet Pg. 628 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Eq^ |tl ^'^t fl'to',|'k* {' "' 49142 MATNSCAPE, rNC rrcJed- FYE. 12131 12019 Mth: 3131 12019 d t Asset Truck # Property Description monthly cost of equipment Date Acquired Memo 1 Location: Naples east 126s 405 t5L4 502 1885 538 1887 533 1539 2196 2207 2316 2568 2665 R2-14 2705 2990 2993 2994 ?996 3L29 3130 3L37 3216 3344 3599 3763 3909 3910 1304 2707 M102 2473 3641 3933 hunt bo 07 chevy 2500 125975 2010 GMC STERRA 267763 2011 GMC SrERRA3500 240t72 2011 GMC SrERRA2500 t3A4Z6 nat city bo ingersol rand laoder 12151 JD GATOR 1MO4X2SJLCMO8O5O3 AVE MARIA GAS TANK exmark turf tracer 36" 313629077 jd gator 1M0550F8CCM013423 EXMARK 60" 314608867 jd propane mowers LTC652RKTDToL0: s2" JD 1TC6s2RKCFTo3s007 52" JD 1TC652RKVFTo35016 52" JD 1TC652RKVDTo20190 61" JD 1TC661RMr DT020020 walk behind cage 7t76066 walk behind cage 1L75963 ave maria CCTV system belt grinder 13 HP BLOWER 100515259 51" BOBCAT 91251000617 vantage 52" 402330435 36'' WRIGHT STANDER 109841YA 72'' WRIGHT STANDER 1.13741RS M&t 08 CARGO 24' TRATLER 024611 EXPRESS 24, TRAILER OOO3O3 24' TRAILER OOO3O9 2017 BtG TEX 5075040 6X12 UTILITY TRAILER 1037605 M&l 2009 GMC Sierra 150 155776 2011 GMC STERRA 3500 197537 2012 GMC STERRA 3s00 2s2186 1GCHC29U97E12s97s 1GI5CZBG2AZ267763 1G D412CG58F240112 1GT11ZCG0BF138426 17/Ot/09 7 /23/70 6/30/71 6/30/Lt t2/o7 / LO 1.7/03/72 12/01/72 4lor/73 ro/oe/t3 1/24/14 3/20/L4 3/37/15 3/31/ts 3/31/L5 3/31/15 9/L4/rs 9/L4lts 70/OL/15 QlrslLs 7/06lt6 6/06/L7 6/12/18 2/2o/19 2/20/le 3h6/70 8/07/tz s/].s/74 7/1ut7 3/OL/19 propane 4D6E824278A024617 5G18E2429CCo00303 sGLBE2426EC000309 16VDX1429H5075040 578AG6121K1037505 Location: NaDles north !276 443 t8t4 520 2067 555 L/29 / tO 1GTEC19O29215577 6 4/O1/ 77 7GD472CG7 8F797 537 6/01/ L2 1GD4r2CG6BF252186 16.A.9.h Packet Pg. 629 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 2068 554 2391, L327 2416 1350 2440 7337 2443 L336 2577 89 2579 t4t0 2583 14-15 2976 t4-5L 2927 74-58 2433 2657 ?678 ?704 27Q7 271-4 2715 2717 2723 2869 2876 2995 3135 3136 3183 3377 3328 3363 3572 3585 37L0 37',1-1, 37!8 371,9 3720 372L 3912 589 M37 737 LM21- 199? 2376 2377 2670 M1,1? 3034 6/07/12 slou73 sltslT3 7 /o7/73 7/o7/t3 10/7s/t3 10/1s/t3 LuoL/73 6/23/74 7 /24/1.4 6/2s/13 t/77/1.4 2h5/74 3/?o/!4 3/20/1.4 3/o6h4 3/06/14 3/06114 3/21/14 s/01/74 s/2e/t4 3/3u].s toloT/75 70/01/15 to/os/15 s/18/16 6/07/16 8/26/16 5/O8/17 s/2s/17 4/03/t8 4/03/t8 4/lo/78 4/to/18 4/70/18 4/Lo/78 2/?o/Le 12/31/Os 4/07/07 2/24/t? s/31/t3 s/o7/13 tL/oL/t3 4/0L175 2012 GMC STERRA 2500 794948 2013 CHEVY StLV 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 t500 279695 2006 cHEVY 1s00 64985 tower rd fence EXMARK 36" 37460r49t JD GATOR 1M0550FBKCMO2O179 jd propane mowers 1TC652RKLDTo10t jd propane mowers 1TC652RKKDToL0 EMARK 314615379 EMARK 314616380 EMARK 314608871 jd mower 160624 trac vac system EXMARK 60; 314516391 61" JD 1TC661RMHDT020011 walk behind cage bonita CCTVsystem JD 61" 1TC661RMKFT035165 JD 61" 1TC661RMCGT040080 JD 61" 1TC561RMAGT040129 20 gal air compressor engine for 1TC552RKKDTo10660 FX7: vANTAGE 60 400861678 36" bobcat 91236000338 36" bobcat 91236000583 exmark 52" 402330433 exmark 52" 402959667 exmark 52" 402959668 exmark 52" 402959664 STARtS 60" 404507393 2OO5 QUALIFIER TRAILER #51615 2005 cargo mate 51437 2012 cargo mate 16995 express trailer 24' utility trailer 16' l0l84tz 2014 22' EXPRESS 00007 express 24 trailer 000169 1GT11ZCG0CF194948 1GC1CVCG3DF194737 1GD412CG6DF1s 1782 1GD372CG3DF224232 1GD412CG5DF113458 tGcEc74Z36Z2a7270 1GD412CGoEF141718 1GT412CGoEF159091 7GCECI4VX6Z279695 1GCEC19T56E164985 PROPANE propane propane propane propane 5NHU LFZ255Nos161s s N H UCM6265 N051437 SNHL' LFV2OCU216995 57BWG7163D1018412 sGLBE2228EC000007 sGLBE2423FC000169 16.A.9.h Packet Pg. 630 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Location: Naples south Lt60 440 1,353 452 1374 453 L3a6 448 L574 5L1- 1886 s3s 20s4 543 3508 1705 920 2084 2273 2702 2724 2729 282! 2877 2984 2989 2997 3124 3151 3154 315 5 315 6 3347 3 355 335 6 3357 3770 3850 3913 974 M5L 1.182 TR21 1L83 TR03 1184 TR17 1.483 M50 t64t 1642 TR23 1643 !72s M-72 1854 2020 3110 3150 2009 isuzu 14 dump 800009 M&I 10 GMC SIERRA 227A79 huntington 2010 GMC sierra 198798 huntington 2010 GMC sierra 189762 09 lsuzu DUMP 801366 2011 GMC SrERRA3500 225529 2012 CHEVY 3500 155442 2017 CHEVY SILVERADO 31369 .jd gator 42030225 exmark vantage 36" 312603852 HYDAULIC KIT jd propane mowers 1TC652RKVDTo10 jd mower 160625 jd GATOR 1MossoFBEDM021103 JD MOWER 10019 EXMARK 60; 31,46L6392 52" JD 1TC652RKKET025001 JD XUV 1M055OFBVDM022438 61" JD 1TC651RMJ DT020003 2015 JD 661R 1TC661RMHDTo10546 JD PROPANE 2960 1TC96OMCHFTO4OC JD PROPANE 652 1TC652RKPFTO3541: JD GATOR 550 lMO550FBHGMO5OO4C JD GATOR 550 1MO55OFBKFMO4O2O9 13HP BLOWER BPO547 jd 536 1TC636MGJFTo35482 jd 535 1TC636MGHGT040187 jd 548 1TC648RAH DTo10289 exmark 48" 3L4674L40 STARtS 20.5 404507318 STARtS 50" 404507374 2OO9 CARGO CRAFT TRAILER 24763 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 16'cherokee 003461 nat city bo 06 16' express 01039 2011express trailer 000172 2011 EXPRESS 20', O002t7 2012 TROPIC TR 984762 15ft trailer 7022469 TRAILER 22470 4KLC4J 1N59J800009 1GrSCZSG8AZ227879 1GTPCTEX2AZ198798 !gl5czbg4azt89762 4K1C4J1N19J801366 1GD412CG7BF22ss29 1GB4CZCGXCF155442 1GC1CU EG8HF131369 1TC661RM K0T010019 PROPANE propane 4D6E824288AO24763 1E9E51528XC103463 )2072 1E9ES2023WC103258 5NHU 1F2277N0s9704 1R9PF18221M356092 4RMES14285F003461 5GLBE16275COO1039 5G18E24208C000172 5GLSEZ4Z7 8CO00217 1T9BU 1829CS984762 57 BSGT 766F1022469 57 BSGT t62F1022470 8/to/oe 4/OL/10 4/2e /70 4/o7/10 lol2e/to 6/3oltl 4/OL/12 4/0t/t7 71/ Lzl08 7 /06/72 2/25/13 3/20/74 3/2U14 3/77/74 4176/1.4 5/2e/74 3/31/ts 3137/7s 3137h5 7 /O7 /15 to/01/ts LO/O7/7s 10/Ot/t5 LO/01/7s 7 /29/16 8/ot/L6 8/oL/16 8/07/16 6/73/78 72/31./18 2/20/7e 3/18/os tL/23/09 11/23/09 lt/23/Oe 6/oL/70 t2/o7 /10 ].2/07 /70 12/07/70 3/3O/17 s/27 /11 3/3o/12 6/23/ts 70/oL/Is 16.A.9.h Packet Pg. 631 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Location: SFF 1512 503 1815 518 1884 s40 2357 1308 2390 732L 2934 L4-56 3039 3586 540 7371- 1845 1904 19?3 1935 1980 19A4 198s 2086 2189 22L2 G-7a 2236 G-79 2260 2551 2552 2555 2658 2728 282s 2882 2884 2950 2962 2988 3003 3019 3134 3252 3290 3291 3701 3877 3879 3882 7 /23/10 4/07/1.1 6130lrt 3/2t/13 s/oLl73 9lOt/L4 4/oL/7s s/02/L7 4l07/10 4/30/11 7 /30/1.! 8/22/17 e/28/t7 L/23/t2 2/o7/12 2/oLl72 7 /oL/72 ttlo5 /12 2/08/13 3/01/13 3/2s/73 Lohs/!3 70/Is/13 10/01/ 13 1./08/1.4 3/21./1.4 4/02/14 5/ot/14 5/O1./ 1.4 2/24/15 3/O4lLs 3/31/ls 3/31/7s 4/08/Ls tol12/7s 3/o7h6 4/30/16 4/30/16 4/o4/18 7/37/7e L/37hs 2/06/7e 2010 GMC STERRA 262174 2011 GMC STERRA 2500 L37311 2011 GMC StERRA3500 225902 2013 GMC 2500H0 193408 2013 GMC STERRA 109713 201s GMC 3500 1535L9 2015 GMC 3500 69299 TRANSMISSION TRUCK 540 HUNTINGTON JD GATOR 51870 VORTEX TR 2011 Z-MAX ZM-2011-230 Z-SPRAY JR JR36-2011-071 2011 JD GATOR M061848 2072 z max ZM-2012-07O 5O GAL SPRAYER OOO172 1OO GAL SPRAYER OOO13O hurrican blo-vac 09127L0 fork lift 2N433535 JD ts gator 080783 JOHN DEERE GATOR 80782 zmax zm-20L3-717 z MAX ZM-201,4-OO3 z MAX ZM-2014-005 YALE GLCO4O FORK LIFT N433535 zMN4 ZM20L4-747 jd GATOR 1M04X2SJLEM090614 VORTEX SPREADER zMAXZM-2014-41O zSPRAY JR 236-2014-156 vortex TR ttruck 441 aluminum bed JD GATOR 1MO4X2SJHEM092431 JD GATOR 1MO4X2SJPEMO92242 30 gal z spray ZS526O-2O15-Za4 z-maxZ55260-2015-592 aerator 3L6629276 zMAX 2S5260-2016-356 zMAX 2S5260-2016-404 20' coNTA|NER W0640936 ZMAX REFU RB ZM2O14-OO3 ZMAX REFURB ZMZOL6-4O4 aerator 403384466 LGI5CZBG2AZ26217 4 LGrZ7ZCG7 BZt3731-t 1GD412CG38F225902 1GT21ZCG1DZ193408 1GD312CG3DF109713 1GD411CG5FF153519 1GD411CG4FF569299 M04X2XD051870 1MO4X2SJVBMO61848 G2Y184C000130 1M04X2SJPCM080783 1M04X25JTCM080782 Model #:GC040ADJUAV085 bed care 16.A.9.h Packet Pg. 632 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 3890 3893 3934 393 s 1298 1995 M78 2706 2859 M120 3036 3037 Location: SFI 17t9 441 t777 444 L346 445 1348 446 1543 456 1573 510 L614 429 1559 s12 1822 522 1888 534 1890 s36 1903 s28 2584 1"478 2545 L477 2832 t4-34 2833 14-33 3070 15-09 3071 15-10 3096 L5-L7 3170 15-34 3256 16-09 3258 16-07 2063 2t94 2!9s 2530 g-81 2532 g-83 29s6 296L 3000 3002 3057 2/18/ Le 2lLs/ts 3178/L9 3/t8lt9 3hsl70 2/2s/72 8lout2 4lo4lL4 4/or/ts 4/Or/L5 Lo/12/oe Ll2ehO 3/Ot/70 3/o1/to 8l30/to Lol29ho tt/29/to 7126/tt 4l07/tL 6l30/7L 6l30/Lt 6/ot/tt 77/0Llt3 LL/o1lt3 4loLl74 4loLlt4 s/oL/ls s/a7/$ 6/01/Ls LL/07115 4l08/t6 4/11/16 5/10/12 !L/03/t2 Lt/o3/12 LoloL/13 tolot/73 3/ot/15 3/03/ts 3/31/t5 3/31/75 4/30h5 JD GATOR lMO4X2XDEKM 141150 LESCO 50GAL SPRAY r-43s8-081879 Z SPRAY Z MAX 404866373 z SPRAY Z MAX 404856374 M&l 10 express trailer C000174 2012 caryo mate 16997 EXPRESS 22' TRAILER OOO304 24' TRATLER 000237 express 24 trailer 000171 express 24 trailer 000172 2009 GMC Sierra 150 210570 M&r 2008 GMC STERRA 172043 M&I 10 GMC SIERRA 175706 M&I 10 GMC SAVANA CARGO VAN 1.2' 2010 GMC sierra 31823 10 GMC SIERRA 188677 hunt bo 07 chevy silv 65640 2011 GMC canyon 111453 2011 GMC STERRA 1500 159449 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 1s00 109935 GPS tracking system JD GATOR 1M04X2SJCCM080531 JD GATOR 1MO4X2SJJCMO8O530 1999 suzuki db52t-132211 2000 suzuki db52t-231551 trencher 1VR9071R3d1001575 aluminum topper for truck JD GATOR 1MO4X2SJEEM092432 ID GATOR 1MO4X2SJPEMO9234O 1999 mitsubishi 1272 sGLBE2425AC000174 5NHU 1FV24CU216997 5G18E2023CC000304 5G18E2427EC000237 5G18E2421FC000171 5G LB E2026 FC00017 2 1GTEC14X092210570 1GDJC34618E172043 1GTSCTEX7AZ17s706 1GTUGADX2A1L27323 1GTPCTEXXAZ231823 1GTSCTEX3AZ188677 1-GCHC29U27 876s640 1GTC51F9988111463 1GTR1TEX8BZ169449 1GTC51F9788134589 1GTC5LF96B810947s 1GTEsLF93 881158 L 1 1GTW7FCA6E1100618 1GTW7FCAoE1101005 1GTW7FCA2E1137035 1GTW7FCA4E11441s0 1GCWGFFAXE11O3694 1GCWGFFA4E1164541 lGCWG FFA7E11O95O3 1GCWGFCF0F1240905 1GTW7AFF3G1217988 3GTPlVEC6FG 109935 16.A.9.h Packet Pg. 633 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 3065 3293 3298 3323 3558 3707 37L5 3736 3744 3851 3880 3881 3889 3916 2607 FB54 3035 3104 3883 JD GATOR 1M04X2XDLFM 101633 4/30/LS tool box for unit 15-07 4h8h6 BED LINER 5IO3h6 irrigation van shelving 5104/16 20'storage container 9/?9/77 20' coNTATNER W3194222000002045 4l1sl L8 trench box 4/L5178 truck 444 IRRIGATION TRUCK BED 4125/t8 truck 444 pipe rack 5lL6/78 JD TX GATOR 1M04X2XDJKM 1408s6 1l7s/t9 2019 vermeer vibratory plow 48150OC 2/07/L9 20' storage connex 2/0a/Lg JDGATOR1M04X2XDCKM140678 2/08/79 FUlt PORTAFLOW N8J1187T 2/26/79 2014 UTrLrTy TRATLER 19745 11/07/73 57BAG5129E1019745 express 24 trailer 000170 4/07/f5 5G18E2022FC000170 12'TRAILER 23116 6/15/$ 578AGE614F1023116 20'titl deck 070287 2/0r/Lg 16vFx7O2OK2o7O28l Location: SOUTH FLORIDA INSTALL 528 92 5/3 04 Chev Trk 11760 6101/04 LGSE4C7294F5L176O 804 439 or 904 07 chevy 2500 5U391 7 /Ot/07 LGCHC29K67E5L739L 1086 17-1 hunt b.o. chevy Ext Cab Silverado LT1 6/22/09 tGcHc29D05E250510 1692 515 2011 GMc sierra 156471 3/O!7f 1GD4t2cG7Bt15647r 1816 s19 2011 GMC STERRA 25OO 1-37490 4/07/n IGTZTZCGO9ZL3T49O 2393 7324 2013 GMC STERRA 113853 5/0L/L3 1GD472CG0DF113853 2589 1413 2014 GMC STERRA 3s00 139582 lulthl 1GD412CG6EF139682 ffi7 nat city bo JD swinger articu loader 15 72/07 hO 2522 dyna digger 9/23/L3 2766 KUBOTA WHEEL LOADER 21280 3/77/L4 2949 kubota wheel loader 21849 2h0/15 3043 root rake skidsteer 4/20/75 3087 sod cutter 5127/ts 3221 dump body bed jch12115 L2/O7/75 3250 sod cutter 54495405465 3/15/16 3800 HTTAHCT LOADER ZW50-015230 9/28/L8 1021 18'EQUTP TRAILER 181s0 5/O7/O9 4Y3UC18208S018150 1125 D-1 natcityb.o.2005 Lippert 5764 7/22/09 5GODU122X5YO05764 !260 hunt bo 07 PJ Dump Trailer 90270 T2/OL/O9 4P5D012267I09027O 1389 TRM55 huntington 24'trailer 000195 4/0L/70 5GL8E2423AC000195 1479 M49 key5 bo0Tqualifier Nos9703 6/0U10 sN H U1F2257N059703 3799 big tex dump trailer 50454 9/28/!8 76vDx1426K3050454 3903 2019 BrG TEX DUMP TR 91997 2/21/79 t6VDXt4?7K3091997 3904 2019 DTAMOND C 21001s 7/27/t9 46UFU2426Kr2rcOE 16.A.9.h Packet Pg. 634 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 2019 FOREIGN PROFIT CORPORATION ANNUAL REPORT FILED DocuMENr# F0500000705s Jun 13, 2019 Entity Name: MA|NSCAPE, tNC. secretary of state 3810936112CC Current Principal Place of Business: 13418 BRITTON PARK ROAD FISHERS. IN 46038 Current Mailing Address: 13418 BRITTON PARK ROAD FISHERS, IN 46038 FEI Number:35-1633580 Name and Address of Current Registered Agent: GARNER, LOREN 3O8O RAVENNA AVENUE NAPLES, FL 34120 US Certificate of Status Desired: No The above nahed enw submits thb sleteheDt for the put,pse ot changing iE tqistele.l otrice ot ,egisrered agent, ot botb, in the Stete ot Florida. SIGNATURE: LOREN GARNER 06t13t2019 Electronic Signature of Registered Agent Office r/Di rocto r Detail : Title P Name FORSYTHE. MARK AddTess 13418 BRITTON PARK ROAD City-State-Zip: FISHERS lN 46038 Title CFO NaTne TORRANCE. BRUCE Address 134'18 BRITTON PARK ROAD City-State-Zip: FISHERS lN 46038 Date 06t13t2019 @th: that I ah eh fcet or diectot or he @ponlioD or the Gcpiver or tustee enp'eld ta etqute tlxs repod as eqund by Chaplet 607, Frorida Statutesi ahd rhat hy nahe appears above, or on an anachhent wilh all othet like etupo\|eed, SIGNATURE: BRUCE H TORRANCE cFo Electronjc Signature of Signing Ofiicer/Direclor Detail Date 16.A.9.h Packet Pg. 635 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) coLLtER 0ouNtY TAX COttEdTOR . 2s00 t'1, HoRSESHOE oRIVE - tlAPtES FLORIDA 34101 - (23S) 252'24?7vlslT oUR wEBslTE AT: tfl 'r'collodrxromTHIS RECEIPT EXPIRES SEPTEMBER 30, 2O2O(COLLIER COU},ITY BUSINESS TAXEUSINESS IAX NUMBER 112040DISPI.AY AT PLACE OI SUSINESS FOR PUBLIC INSPECTION.FAILUflE TO DO SO IS CONTRARY TO LOCAL LAWS.MAINSCAPE, INCLOREN L.RAVENNA AVEFL 34120"THIS TAX IS NON-REFUNDABTE-DATE 08/152019AMOUNT 11O.OORECETPI \ /VWA20-00092025dew##, ffi*g.I.oCAI0N: 3080 RAVENNA AVEZSIED: COMM-AGRBUSINESS PHoNET 239-597'81 38STATE oRcoUNTY Llc #r C36470-02964,€O EMPLOYEES NO FERTILIZINGcUsSlrlCATloN: LANDSCAPINGCLASSIFICATIoN coDEr 02'102601This documenl ls a buslners l6x only. Thls is not ce ification thatll do6s not pErmlt lhe licsnsgo to vlolate any exlsllng regulalory zoningnor does il exemDt the license from any olher laxos or Delmlts that may be16.A.9.hPacket Pg. 636Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) COLLIER COUNTY CERTIFICATE OF COMPETENCY CE RTI FICATION IN FORMATION C3647 O Cdrtifi cation lnformation Collier County Board of County Commis:sioners DBA: MAINSCAPE, INC ADDRESS: 3O8O RAVENNAAVE NAPLES, FL 34120 PHONE: 2392299940 CELL: FAX: LICENSEE NBR: C36470 QUALIFIER: GARNER, LOREN L. ryPE: LANDSCAPINGRESTRiCTEDCONTR. Date: March 19, 2019 EXPIRATION: September 30, 2019 CLASS CODE: 4235 ISSUANCENBR; 201200000296 INSURANCE: Worker's Compensation October 01. 2019 General Liability October 01 , 2019 ORIG ISSO: _- March 19, 2019 NOTE: tt is the Qualifier's responsibility to keep all buslness, 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, Collier County t city of l.krco 'r' City of ilaples RE5TRICTED COIITR. ,:.r '_ ' ^. - Status: 3Bf2e19r] i,;.-iiiii; lontractoa Li.ceng:ing ::i:1r;: ::'. r: i"" +i.'iii--:ar':i cert Nbrj: _' c16479 '--- 16.A.9.h Packet Pg. 637 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Ron DeSantis, GovernorHarsev Beshears' se'*"" d ffi l*g rSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE IRRIGATION SPECIALTY CONTMCTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESGODDARD, GREGORY MARSHALLMAINSCAPE,INC,13418 BRITTON PARK RDFISHERS lN 46038LEXPIRATION DATE: AUGUST 31,2020Always verify licenses online at MyFloridaLicense.comEIfii.T{HEIHffi Do not alter this document in anv form'ffiffi This is your license, lt is unlawful for anyone other than the licensee to use this document.16.A.9.hPacket Pg. 638Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) ISTATE OF FLORIDADrpa n.nt 0t ggrirdtur0 rnt Conftnrr S,rbilrdDUREAU OI' LICDNSINC AND ENTONCDMFJ{TDdteJdly 5,2019Filc NotF112619'Expi.,Jun.1,r(n0'rlIE cERTTFTED prs't coxtRol, opERAToR Narfun sBrow HAsREGISTERED I'NDBR T}IE PROVIS1ONS OF CIIAPIBR 482 FOR II{EPERIOD B)GIRINC: Jurr 1, 2021)JAY RIC'IIARD ARTHURSI'O? ROOSEVELT AVELEIIIGII ACRES, FL 339?2nte{ll *1^rlNrcoLE "NIKKI, FIIED. mMMsstoNE&Lawn and OrnimontalI16.A.9.hPacket Pg. 639Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) STATE OF FLORIDAErn0ttnent 0t ggrhfllture ffU O0Mu$rrr stt'l,hr,DUREAU OF LICENSING AND I1'J{I'ORCAMENTDale FileNo.N.,ysnber28,2018 JllI47535MATNSCA?E INC3O8O RAVENNA WAYNAPLES, FL 341M{2a"*/R*ADAM H. PUTNAM, COMMISSIONERExpiresDefembcr 3l! r019TIIB PT.ST CONTROL COMPANY rIRM NAMED BELOW HASREGISIERED UM)BR TIIE PROVISIONS OF CHAPTER.482 FOR TIIEPERIOD EXPIRING: Dccomber 3l,2019 AT3O8O MVENNA WAYNA?LES,PL 34120Low! and OrnamenlslSTATE OF FI,ORIDAEqmm$l of gqft0tt{re nnt 60Mm { Saure,AUREAU OF IICBNSINO AND BNSORCEMENIMAINSCAPE INC3O8O RAVBNNA WAYPESI CONINOL COMPANY FIRMJ8147533HAS PAID Tg8 FEE N.BQTI.IRAD BY C]TAPTAI4& FOR TI|E }GXIODEl?lxXNG Ilc..obcr 3l' a)tl,z'h.*A*COMMISSIONERSigoatureBURBAU OT UCtsNSINO & ENFORCEMENT3125 COI.INER BLYD. BLDC, 8TALUHA8SEB. FTORIDA 323'9.I5JO+,Drte Filo No.Deeombtr 1I,2018 JE142614STATB OF FLORIDADeBartmrrt ot ggrlruttu(. aflD 60n rm,r Stfti.rdBIJAEAU OF UCENIIING AI{D ENTORCEMENTFrqirceDecernlD! 31, 2019THB ID CARD HOLDEB NAMBD BBLOW HAS RBGISTERXD IJNDERTHE }ROVISIONS OF C}IAPTEIt 482 FOR TIIB PERIOD E]OIRING:Docember 3l,2019MAINSCAPE INCNAPLES, FL ]4I?'JAY RICSARD ARIIIURS ,IMAII{SICAI,E l}lc3OM RAVENNA WAYNAPLES, PL 34120{h**A*ADAM H, PTITNAM, COMMISSIONBRATCrllificd Opcr4torSTATE OT FLOfiDAD4rrtmftt ot ggricutttt. ant {mrltm.r Scttic.dBI]MAU OT LICBNSING AND'B,NTOR(DMENTDEIEDecembs 7' 2018Fil.No.JEI42614BxpiresDcasmbor 3l, r0l9T}IB ID CARD IIOI,DER NAMBD BELOW HAS RTCISTERBD UNDERT1IB PROVISIONS OP CHAPTtsR 4E2 IOR TTIE PBRIOD BXPIRING:December 31,2019Ireniscars n lcNAPLES, FL 34IA}JAY f,ICIIARD AR'IIIURSMAI}ISCAPE I}E3OSOXAVENNA WAYNAllrs, FL 34i20.ATRegdtAD;ME ?UTMi'N, COMI,fl SSIO)\t8f,iII16.A.9.hPacket Pg. 640Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Collier Countv Solicitation #19-7559 Pesticide Employee ldentification Card for non-certified employees OR a listing of employees, names and their issued lD 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 direct supervision of the certified operator in charge. Chapter, 482.091 F.S. Lawn Nutrient Team Marcelino Guzman- 1F281685 Exp 2h5/2O23 Carlos Vasquez- 1F280256 Exp t/7 /2023 Victor Sanchez- LF2799O9 Exp 12178/2022 Pedro Mata- LF257225 Exp 3/27 /2OZl Tree & Shrub Nutrient Team Hugo Sanchez- LF239643 Exp L1/t7 /2019 Andres Guzman- LF257224 Exp 3/27 /2O2L IPM Team Members J eff ery Davis-Ola nder- J E269866 Exp 72 / 37 / 2OL9 Christian Buckle- JE172554 Exp 72/3U2O79 timited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. LF279147 Green lndustries, Best Management Practices, Certificate (or must be obtained within 6 months) FP13-1544-BOS Staff lnstructor: Robert B. Whaley GV28130-1 16.A.9.h Packet Pg. 641 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Certificate of CompletionRussell D. NunanHas Completed a Florida Department of TransportationApproved Maintenance of Traffic (MOT) lntermediateCourse,{53Oavld MlllerExpiration DateFDOT Provide. #Certificate #Mainscape'13418 Britton Palk Rd. Fish6rs. lN 46038Fort lllyers, FLw\dw-mainscapa.comdmiller@mainscape.comFDOn\lr4r=*- "9For more information about Maintenarrceof Traftic (MOT) or to verify thi$www.motadmin.com16.A.9.hPacket Pg. 642Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) s IAI0 0r'FLORITTAD.part l?nt d ggrinrlturu anb €0[6ulner Sfllrir06BUREAU OTI LICf,NSING AND tr]NFORCEMANTDateJanrary 8.2019File No.Lrz80256ExpiresJan{ar, 7,2023THE LTD COMMERCIAI, IERTTLTZER APPLICATOR HOLDERNAN{ED BELOW HAS RIGISTERED UNDER THE PRO\TISIONS OFCHA PTER 482 FOR THE PERIOD EXPIRINC: JrDuary 7,202fCARLOS VASQUBZI.]2?9'IREELINE AvEFORT MYERS, ]'L 339I3ntait -O1^r,11NICoLE NT( k t" FfurD.c(rr\rM sstoNERUT]IFASCertificate of Tiaining uNrvERsrrYo/sLoRrDABest Managernent PracticesFlorida Green IndustriesCarnos VasquezLras successfulllr met al1 tequirements necessary to be fully trained throughthe Green lndustries Rest Management Practices Program developed by theF'lorida Department of llnvitonmental Protection with the University ofFlorida Institute of Food and Agricultutal Sciences.GV4,0193 3- 13/171201716.A.9.hPacket Pg. 643Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) STA'IE OIT FLORIDADrparrmn sf ggrianltnrr arti 60n60mrr Srrha!6EUREAU Or LICENSING AND BNFORCEMo^'TApr r& 2017File No.LF251225ExpiresM.rch 27, 2021TIIE l,TD COMMERCIAL I'ERTILIZf,R APPLICATOR HOLDtrRNAMED BELOW IIAS REGISTERDD UNDER 'I'HE PROVIS]ONS OT'CHAPTER 482 FOR TE'E PERIOD IIXPIRI\G: Mrrch 27. 2021PEDRO ]\,IATAI ]2]9 TR]]ELINE AVEFT lvlYlllts.lL 3lsll<1.4t*zAa,a*_ADAM IJ. PUTNAM, COMMISS]ONERCetti6cate #GV38762UT 1I]ASCertificateofTraining rrNivi:rr:irrL/rL(:,Rtr)'\R est h{anagernent FracticesFlorida Green Industries'tr'he uncleL:signed "lrereby aclinowledges that'ltainec Il) #Fedro N{ataI-ras successfully rnet all req,irements necessary to be fulry trai,ed throughthe Green Inciustrie s Best Managemeot pra.tices program developed bv theFlorida Departnre nt of Enviro'mental Protection with thc L]niversrnr ofFlodda Institute of Food and Agrlcultural Sciences.__ D. Rainey _ ll18l20t6JssucrNot valid vi.hout scalGV38762-lDzte ol Chss16.A.9.hPacket Pg. 644Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) SIATf, O]T ELORIDADwflrtmetlt 0i ggrifl{turr enh Coflgum?t SerbicriBUREAU OT LICEI\'SING I.\D T]NFORCEMtrNTDar€ Fite No.Febtr| r-r 22,2019 LF2799O9ExpiresDeccrnber l8j 2022THE LTTI COTIIIERCIAL TERTILIZER APPLTCATOR IIOLDERNAMED BELOW HAS REGISTERED U"I'{DER THE PROVISIONS OFCHAPTER 482 FOR THE PERIOD EXPIRING: Decamb€r 18. 2022VICTOR SANCHEZ49I5 AERRYMAN STLEHIOH ACRES, TL 3397Inte,rLL *l&lmcollrxru" r{ro, coMMtsstoNERBesthas successfullyFlorida DepartrnentSciences.the University of16.A.9.hPacket Pg. 645Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Dr!flrtfllfllt o(anD 0olrgumrr Sfibiro6BURIAU OF I,ICENSING AND ENFORCETTENTDaic file No.lebrurry16,2019 1,F281685Februrry 15,1023T}IN LTD COMMERCIAL FERTILIZER,{PPLICATOR }IOLDERNAMED BELOW HAS RECISTERID LNDER TI.IE PROVISIONS OFCHAPTER 4t2 FOR THE PERIOD EXPIRINC; Februrry 15,2023MARCELINO OUZM,ANl]279TRr-[!t.tNr AVE].T MYERS,IL 339I3n t c-d|rNtcoLL"f[KK] tir*P,*#AGVzts29Certificate of TlainingBest Managernent PracticesFlorida Green IndustriesThe undersigned heteby acknowledges thatTrailcc lD #Nlancelimo Guzrmanhas successftill1, met ail requfuements necessary to be firlly trained throughthe Green Industties Best Manageraent Practices Program developed by theFlorida Department of Environmental Protection with the University ofFlorida Institute of Food and Agticuitural Sciences.3119120t3---Z) -4 rz4--<--:4a+24-#GV2ts29-lDFP Program AdminisrarorNlor valid rvirhout sealC. Peraltaf)ate of Classlt4(\r-J/ /116.A.9.hPacket Pg. 646Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Collier County SolicltaUon 19'7660 N/A Form l: Vendor's Non-Response Statement The solc intent of the Collier Counl) Procurement Seryices l)ivisiorl is to issue solicitations that are clear. concisc and openly competitive. 'l'herelbre. rvc are inlercsted in ascertainjng reasons lor prospecti\e Vendors not $ishing to rcspond to this solicitation. If)our llrm is nol responding to this solicitation. please indicatc the reasor(s) b) checking the item(s) listed bclo\v and retum rhis lonn Yia cmail roted on the covcr page. or mail to Collier Counly Govemmenl. Procurcmcnt SeNiccs Division. 3295 Ta1!iami Trail East. BLDG C-2, Naples. fL 34112. We are Dot respotrdirg to the solicitation for the following reason(s): n Scn ices requcsted not availablc through our compan). tr Our litm could not meet specifications/scope ol'u.ork. n Specilications/scope ofu,ork not clearll, understood or applicable (1oo vague. gid. ctc.) n Proiect is too small. tr lnsutticient timc allou'ed for preparation ol'response. n Incorrcct addrc$s used. Plcasc con'ect mailing address: tr Other reason(s): Name ofFirnr: Address: City, State. Zip: l elephone: Emsil: Reprcsentative Signaturc: Representativc Name:l).rte A|2A/2O19 5:42 AM p. 41 16.A.9.h Packet Pg. 647 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Form 2: Vendor Check List IMPORTANT: THIS SIIEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check offeach ofthe followirg items as the necessary action is completed: e The Solicitation Submittal has been signed. tr The Solicitation Pricing Document (Bid Schedule/Quote Sche&.rle/etc.) has been completed and attached. A All applicable forms have been signed and included, along with licenses to complete the requirements olthe project. E Ary addenda have been signed and included. ts Affidavit for Claiming Status as a Local Business, !!3pp[4!!9. tr Division of Corporations - Floricla Deparhnent of State - httpXldar.!0yflari(h.con/sunbi/ (If work performed in the State). tsl E-Ved8//Immiglation 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: {'ilni,r.r,.{tu, fnt. |Attg ?,, *t|-?^"k 2".A F,'=I""r .z-"tr V6O3* 16.A.9.h Packet Pg. 648 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Email: Barbara.Lance@colliercountvoov.net Telephone: 239-252-8998 Adnrinistrative Services Depaftment Procurement Services Division Memorandum ADDENDUM # 1 Date: September 17,2019 Barbara Lance, Procurement Strategist lnterested Parties From: To: Subject: Addendum # 1 - 19-7659 Radio Road East Landscape Maintenance This addendum has been issued for the following item(s) identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Addition: Question 2: What was the last bid amount for this job? @: There are two bid tabs attached for review. ITB 16-6554 was long term landscape maintenance services, and QQ 2019-004 LM was for short-term landscape maintenance services. Even though they are named differently, it is the same work area. Files Uploaded: '19.7659 ITB l6-6554 Tab_Addendum 1 19-7659 QQ 2019-004 LM-Addendum 1 CC: Melissa Pearson, Proiect Manager Please acknowledge receipt of this Addendum and include with your bid. qltq2 (Signature) lf you rcquire additional information, please post a question on Bidsync on-line or contact me using the above contact information. 16.A.9.h Packet Pg. 649 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) C],oltirerCj,ouurry Admi-Et'ctive Sc.v ces Depa,trcfi Pror rrement Seru ces rlY,slon Form 3: Conflict oflnterest Affidavit The Vendor certifles that, to the best of its knowledge and belief, the past and curent work on a.ny Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one ofthe tbree 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 ofmy firm. Impaired objectivity - The firm has not perfomed work on an afflliated past or current Collier County project identified above to evaluate proposals / past performance ofitsellor a competitor, which calls into question tle contractor's ability to render impartial advice to tle govemment. Unequal access to information - The firm has not had access to nonpublic information as part of its performance of a Collier Courty project identified above which may have provided the contractor (or an affiliate) with ar ulfair compstitive adva.ntage in current or future solicitations and contracts. In addition to this signed affrdavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or curently being worked on for the above-mentioned project; and, 2. Indicate ifthe information produced was obtained as a matter ofpublic record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) andlor other means. Failure to disclose all material or having an organizational conflict in one or more of the tlree calegories above be identifred, may result in the disqualification for future solicitations affiliated with t}le above referenced project(s). By the signatue below, the firm (employees, officers and./or agents) certifres, and hereby discloses, that, to the best oltheir knowledge and belief, all relevant facts concernitrg past, present, or currently planned interest or actiyity (financial, contractual, organizaiional, or otherwise) which retates to the project identified above has been fully disclosed and does not pose an organizational conflict. ^AFim: lIlh,n<r.r.pe , L^;.. sisnarure and Dare: *1-3,'2'-- ?/2.b/ / ? , rrint nu-", ?aL<r{ R r..,^J ""n t,J[.*ta / Title of Sigatory: &ec c>c.t* E{el"'h'te- 16.A.9.h Packet Pg. 650 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Govemment Complex Naples. Florida 341 l2 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or affangement 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 submittai is accepted, to execute a Collier Count), document tbr the purpose ofestablishing a formal confactual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation petains. 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 eligitrle 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. lN-WITNESS Vr'HEREOF, WE have hereunto subscribed our names onthis-] Z- dal of .),.{t,,. l';, .201/inthe County of tl J,-. c,ltt , in the State of /le ., ri(\ i3tlt< Bri{*s'". ?""[. Rur' fO5-oooc,o?<>gf Firm's Legal Name: Address: ci1y, state, zip code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Gra.nt Funded Telephone: Signature by: (Typed and written) Title: ?\1- <-71- 3tf-r f qrt - sa*- of qn Acc,,..,.^.[- -*x ?,',rfiv t, 16.A.9.h Packet Pg. 651 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Additional Contact Information Company name used ais payee /Ylei irs.. €berl Send payments to: (required if different from above) Coniact name: Title: Address: Ci{, State, ZP Telephone:?rr - 289 - 5q i"r Email: Oflice servicing Collier County to place orders (required if different fiom above) Contact name: Tirle: Address: city, State, zP Telephoae: Email: AR @ o,.-.tr. srz.,ae . c6t 3otn ?.^v.n^^ 4v. Nr,Ple-.., Fr- 3'ltzc, Lsc- {q1- 9,3c 16.A.9.h Packet Pg. 652 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) C,rrII.,rr,- Cor,r*rrtt.-..-+-..---.*- j"- Adminbtsati\ -^ Services Deparfneit Prccurement SeBc-.s Divls on Form 5: Immigration Affdavit Certilication This Affidavit is required md should be signed, notarized by an authorized principal ofthe firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E-Veri! program, and proyide acceptable evidence oftheir effollment, at the time ofthe submission of the Vendor's proposal. Acceptable eyidence consists ofa copy of the proper$ completed E-Verifi Company ftofile page or a copy ofthe fully executed E-Verif Memorandum ofunderstarding for the compary. Failure to include this Aflidavit and accentable evidence of enrollment in the E-Verifv prosram mav deem the Vendor's oroposal as non- responsiYe. Collier Cor.rnty will not intentionally award County contracts to any Verdor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision conlained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the tmmigration ad Nationality Act ("INA '). Collier County may consider the emplolment by any Vendor ofunauthorized aliens a violation of Section 2744 (e) ofthe INA. Such Violation by the recipient of the Emplolment Provisions contained in S ection 274A (e) of the INA shall be gromds for unilateral termination ofthe contract by Collier County. Vendor attests that they are fu1ly compliart with all applicable immigration laws (specifically to the 1986 Immigmtion Act and subsequent Amendment(s)) and agrees to comply with &e provisions ofthe Memorandum of Understanding with E-Verifl and to provide proofofemollr"rl ir1 ths FmFlo),ment Eligibility Verification System (E-Verii,), operated by the Deparrnent of Homeland Security in partnership with the Social Security Administration at tle time ofsubmission ofthe Vendor's proposal. Company Name Print Name Signature State of /k..'..J- 6,<"'-fiv". Da'- <ihaf i1 ..-'$i--*I7r:Z: isnerl i? 'r Jat,E,tS r' --- "rln,*,**S Countr- of (j'J":cr l.r- The signee ofthese AIfidavit guarantees, as evidenced by the sworn affldavit required herein, tle truth and accuracy ofthis affidavit to interogatories hereinafter made. 16.A.9.h Packet Pg. 653 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING A E.VERIFY EMPLOYER AGENT ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOL') sets forth the points of agreement between the Department of Homeland Security (DHS), Mainscaoe. lnc. (Employer), and.Ere_P@lg!. !E: (E-Verily Employer Ager$ regarding the Employefs and E-Verify Employer Agent's participation in the Employment Eligibility Verificatlon Program iE-Verit). This MOU explains certain features of the E-Verifu 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 F9). For covered government contractcrs, E-Verifo is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts or to veriry lhe entire workforce if the contractor so chooses. Auihority for the E-Verifo program is found in Title lV, Subtitle A, of the lllegal Immigratlon Reform and lmmigrant Responsibility Act of 1996 (llRlRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. $ 1324a note). Authority for use of the E-Veriry program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, 'Employment Eligibility Verification", of the FedeIal Acquisition Regulation (FAR) (heieinafter referred to in this MOU as a "Federal conlractor with the FAR E-Verify ctause") to verify the employmeflt eligibility of certain employees working on Federal contracts is also foufld in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO EE PERFORMED A- RESPONSIBILITIES QF SSA : 1 . SSA agrees to provide the Employer (through the E-Verify Employer Agent) with available information thal will allow the Employer to confirm the acc{racy of Social security Numbers provided by all employees verified under this MOU and the emptoyment authorization of U.S. citizens. 2. SEA agrees to provide the. Employer and E-Verifr/ Employer Agent appropriate assistance with operational problems that may arise during the Employer's participation in E-Verify. SSA agrees to provide the E-Verifo Employer Agent with names, titles, addresses, and telephone numbers bf SSA representatives to be contacted during the E-Verit/ process. Page 1 of 15 | E-Verify MOU for Employer (Client) using a E-Verify Employ€r Agent I Ftevision Date 09101/09 www.dhs.govlE-Verily 16.A.9.h Packet Pg. 654 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) EVerif ffi Company lD Number: 42803 Clienl Company lD Number: 565668 3. SSA agrees to safeguard the information provided by the 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-Verify or such other persons or entilies who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. S 552a), the Social 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 tentative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal Government 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 sontest SSA tentative nonconfirmations 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 lhe date of refenal to SSA, unless SSA determines that more than 10 days may be necessary. ln such cases, SSA will provide additional verification instructions. B. RESPONSIBILITIES OF DHS 1. After SSA verifies the accuracy of SSA records for employees through E-Verify, DHS agrees to provide the Employer {through the E-Vedry Employer Agent) access to selected data. from DHS's database to enable the Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by thi8 MOU: . Automated verification checks on employees by electronic means, and . Photo verirication checks (when available) on employees. 2. DHS agrees to provide to the Employer and E-Verify Employer Agent appropriate assislance with operational problems that may arise during the Employer's participalion in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to make available to the Employer (through the E-Verify Employer Agent), at the E-Verify Web site and on the E-Verify Web browser, instructional 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-Verify. 4. DHS agrees to provide to the Employer (through the E-Verify Employer Agent) a notice, which indicates the Employer's paffcipation in the E-Verify program. DHS also agrees to ,provide to the Employer (through the E-Verif,/ Employer Agent) anli-discrimination Page 2 ot 15 | E-Verify MoU for Employer{Client) uslng a E-verify Employer Ager{ | Relrsion Date 09/01/09 www.dhs.gor/E-verify 16.A.9.h Packet Pg. 655 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) EVerif ffi'ft,-,* Company lD Number: 42803 Client Company lD Number: 505668 notices issued by the Office of Special Counsel for lmmigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 5. DHS agrees to issue the E-Veri[, Employer Ag6nt 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 vermcation of employees' employment eligibility and for evaluation of the E-Verify program, or to such olher persons or entities as may be authorized by applicable law. lnformation will be used only to verify the accuracy of Social 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 verification that is designed (in con.iunction with SSA verification procedures) to provide confirmation or tenlative nonconfirmation of employees' employment eligibility within 3 Federal Govemment workdays of the initial inquiry. 8. DHS agrees to provide a means of secondary verification (includlng updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non-match tentative nonconfirmatons that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. ln such cases, DHS will provade additional veriJication instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agree$ to display the notrces supplied by DHS (through the E-Verify Employer Agent) in a prominent place that is clearly visible to prospective employees and all employees who are to be veritied through the system, 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the 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-Veritr/ User Manual from the E-Verify Employer Agent. 4. The Employer agrees lo comply with current Form l-9 procedures, wilh two exceptions; . lf an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo- (List B documents identified in I C.F.R. S 274a.2(bX1)tB)) can be presented during the Form l-9 process to establish Page 3 of 15 I E-Verify MOU for Employe. (Client) uslng a E-Verify EmployerAgent I Revision Dale 0s/01/09 www.dhs.govIE-Verify 16.A.9.h Packet Pg. 656 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) EVerif W:"%.'ffi Company lD Number: 42803 Client Company lD l,lumber: 565658 identity.) lf an employee objects to the photo requirement for religtous reasons, the Employer should contact E-Verify at l-888-464-4218. . If an employee presents a DHS Form l-551 (Permanent Resident Card) or Form l- 766 (Employment Authorization Document) to complete the Form l-9, the Employer agrees to make a photocopy of the document and to retain lhe photocopy Wth 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 employBes. Note that employees retain the right to present any List A, or List B and List C, documentation t0 complete the Form l-9. DHS may in the future designate other documents that activate the photo screening tool. 5. The Employer understands thet participation in E-Veriry does not exempt the Employer from the responsibility to complete, reiain, and make availabla for inspection Forms [-9 that relate to its employees, or from other requiremenls of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 2748 of the INA with respect to Form l-9 prosedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify: ('l) identity documents must have photos, as described in paragraph 4 above; (2) a rebuttable presumption is established that the Employer has not violated section 27 A(aX1XA) of the lmmigration and Nationality Act (lNA) with respect to the hking 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 each failure to notifr/ DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 27aA(a)(1XA) if the Employer continues to employ an employee after receiving a flnal nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on infomation 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, as well as to conduct any other enforcement activity authorted by law. 6. The Employer agrees to initiate E-Verify verification procedures (through the E-Verify Employer Agent), for nerer employees within 3 Employer business days aner each employee has b6en hired (but after both sections 1 and 2 al 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-Verify User Manual, or in the case of Federal contrabtors with the FAR E-Verily clause, the E-Verify User Manual for Federal Contraclors. The Employer is prohibited from initiating verirlcation procedures before the employee has been hlred and the Form l-9 completed. l{ the automated system 10 be queried is temporarily univailable, the &day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. Employers may initiate verilication, through the E-Verify Employer Agent, by notating the Form Fg in circumstances where the Page 4 ot 15 I E-Veriy MOU lor Employer (Clieno using a t-Venfy Emptoyer Agenl I Revision Dale 09101/Og www.dhs.govrE-Vsrify 16.A.9.h Packet Pg. 657 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) EVerif "ffi Company lD Number: 42803 Cliert 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-Verify Employer Agent) performs an E-Verify employment verification query using the employee's SSN as soon as the SSN bectmes available. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants, in support of any unlavuful employment practice, or for any other use not authorized by this MOU. Employers must use E-Veriry (through its E-Verify Employer Agent) for all new employees, unless an Employer is a Federal contractor that qualifies for the excptions described in Article ll.D.1.c. Excepi as provided in Article ll.D, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses the E- Verify system for any purpose other than as authorized by this MOU, the Employer may be subject io appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOU. The Employer (through its E-Verifu Employer Agent) agrees to follow appropriate procedures (see Article lll. below) regading tentative nonconfirmations, including notifuing employees in private of the finding and provlding them written notice of ihe findings, providing written referral instructions to employees, allowing employees lo contesl the finding, and not taking adverse action against emptoyees if they choose to contest the finding. Funher, when employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is reguired to take affirmative steps (see Article lll.B. below) to contaci DHS with information necessary to resolve the challenge. The Employer agrees not to take any adverse aclion against an employee based upon lhe emploiee'B perceived employment eligibility status while SSA or DHS is processing the vefificalion request unless the Employer obtains knowledge (as defined in I C.F.R. S 274a,1(l)) that the emplgyee is not work authorized. The Employer underslands that an initlal inability of the SSA or DHS automated verification system to veri8/ work aulhorization, a lentative 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 establigh, and should not be interpreted as evidence, that the employee is notwork authorized. ln any ofthe cases listed above, the employee must be provided a full and.fair opportunity to contest the finding, and if he or she does so, lhe employee may noi be terminaled or suffer any adverse employment consequenoes based upon the employee's . perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requirihg an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or o{herwise subjecting 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 oi DHS has been completed and a flnal noncpnfirmalion has been issued. lf.the employee does not choose to contest a tentative nonconfirmation or a photo non:match or it a secondary verirication is completed and a final nonconflrmation 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 final 7. Page 5 of 15 | E-Veriry MOU for Employer (Client) usjng a E-Veriry Emdoyer Agenl I Revision Date 09/01r'00 u;&.Otrs,govle-Verify 16.A.9.h Packet Pg. 658 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) EVerif :*,,,T' Company lD Number: 42803 Client Company lD Number: 565668 nonconfirmation may call E-Verifl at 1-88&464-4218 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 lNA, 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 ihe case of a protected individual as detined in section 2748(a)(3) of 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 except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconflrmations. The Employer further understands that any violation of the unfair immigration-related employment practices provisions in section 2748 of the INA could subject the 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. Violations of elther section 2748 of lhe INA or Title Vll may also lead to the terminaiion of its participation in E-Verifo. lf the Employer has any questions relating to lhe anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 11. The Employer agrees to record the case verification number on the 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 Employer agrees that it will use the information it receives from SSA or DHS (through the E-Verify Employer Agent) pursuant to E-Veriff and this MOU only to confirm the employmenl eligibility of employees as authorized by this MOU. The Employer agrees lhat it will safeguard this information, and means of access to it (such as PINS and passlvords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized lo perform the Employer's 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 {rom 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 infoimation under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. '14. The EmploJer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluition of E-Verify, including by pemitting 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 timely and accurete manner to DHS requests for information relating to their participation in E- Verifo. Page 6 of ,5 | E-Verlfy MoU tor E nplo,€. (Clbnt) usinq a E-verlry EmplotEr Ager l Revisbn Dde 0g/01O9 www.dhs.govrE-Verify 16.A.9.h Packet Pg. 659 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) .:' EVerif ,ffi"ffi Company lD Number: 42803 Client Company lD Number: 565668 D. RESPONSIBILITIES OF FEDERAL CONTRACTORS WTH 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 of the FAR it must verify the employment eligibility of any existing employee assigned to the contract and all new hires, as discussed in the Supplemental Guide for Federal Contractors. Once an employee has been verified through E-Verily by the Employer, the Employer may not reverifi/ the employee through E-Verify. a. Federal contractors with the FAR E-Vei[, clause agree to become familiar wilh and comply with the most recent versions of the E-Verifi User Manual for Federal Contractors and the E-Verify Supplemental Guide for Federal Contractors. b- Federal contractors with the FAR E-Verify clause agree to complete a tutorial tor Federal contractors with the FAR E-Verify clause. c. Federal contractors with the FAR E-Veriry dause not enrolled at the time of conkact award: An Employer that is not enrolled in E-Verify as a Federal contractor at the lime 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-Verity to initiate verification 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 veriflcation of new hires must be initiated within 3 business days afier the date of hirc. once enrolled in E-Verity as a Federal contraqtor with the FAR E-Verify clause, the Employer must initiate verification of employees assigried 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 of an employee's assignment to the contract, whichever date is later. d. Employer ihat are already enrolled in E-Verify at the time 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-Veriff as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to initiate verification of employment eligibility for new hires of ihe Employer who are working in the Unlied 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 conlractor 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-Verify to initiate verilication of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days Page 7 of 15 t E-Verify MOU fo. Enployer (Clieit) uslng a E-Vetlty Employer Ageht I Revision Date 09/01/09 www.dhs.gov/E.Verlfy 16.A.9.h Packet Pg. 660 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) EVerif ffi.,...'@ Company lD Numbsr: 42803 Client Company lD Number: 565668 after the date of hhe. An Employer enrolled as a Federal contractor with the FAR E-Verify clause in E-Veri[, must initiate verification of each employee assigned to lhe contract within 90 calendar days after date of contract award or within 30 days after assignment 10 the contract, whichever is later. e. lnstitutions of higher education, State, local and tribal governments and sureties: Federal contractors with the FAR E-Verify clause that are instjtutions of higher education (as defined at 20 U.S.C. 1001(a)), Staie or local governments, governments of Federally recognized lndian tribes, or sureties performing under a takeover agreement enlered into with a Federal agency puEuant to a performance bond may choose to only verify new and exisiing employees assigned to the Federal contract. Such Federal contractors with the FAR E- Verifu clause may, however, elect to veriry all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article Il, part D, paragraphs 1.a and Lb of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply io such institutions of higher education, State, local , tribal governments, and surelies. f. Verification ot 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 ol verifring only new employees and those existing employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E-Verii, verifcation 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-Vedfy clause: Federal contractors with the FAR E-Verlfy clause (through their E-Verif, Employet Agent) may choose to complete new Forms l-9 for all existing employees olher than those that are completely exempt from this process, Federal contraclors with the FAR E-Verify clause may also update previously completed Forms l-9 to initiate E-Verifi7 verilication of exisgng 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 l-9 eilher in person or in communications with the employee to ensure tllat the employee's slated basis in section 1 of the Form l'9 for work authorization has not, changed (including, but not limited to, a lalvful permanent resident alien having become a naturalized U.S. citizen). lf the Employer is unable to delermine that the Form l-g complies with A(icle ll.C.4, if the employee's basis for work authorization as attested in section t has expired or changed, or if the Form l-9 contains no SSN or is otherwise incomplete, the Employer shall complete a new l-9 consistent with Article ll,c.4, or update the previous l-9 to proyide the necessary information. lf section 1 of the Form F9 is otherwise valid and upto-.date and the form otherwise complies with Article ll.C.4, but refleets documentation (such as a U.S. passport or Form I-551) that expired subsequent Page 8 of ,5 | E-Veriry MOU lor Emdoyer (Clien0 using a E-Verlly Employel Agenl I Rst lsion Date 09/01/09 www.dhs.govrE-Verify 16.A.9.h Packet Pg. 661 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) -ffi ri',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 addiiional documentalion, or use the photo screening tool described in Article ll.C.4, subject to any additional or superseding instructions 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 authorbe verilication of any existing employee by any Employer that is not a Federal contractor with the FAR E-Veriry 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 information relating to compliance with its verification 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-VeriiT Employer Agent agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers ol the E-Verifo Employer Agent representatives who wilt be accessing information under E-Verify. 2. The E-Verify 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 becomci familiar with and comply with E-Verify policy and procedures. 3, The E-Verify Employer Agent agrees that any E-Veriry Employer Agent Representative who will perform. employment verification queries will complete the E-Verify Tutorial before that individual in;tiqtes any queries, a. The E-Veriry ' Employer Agent agrees that all E-Veri{y Employer Agent representatives will take the refresher tutorials initiated by the E-Veriry program as a condition. of continued use of E-Verify, including any tutorials for Federal contractors if the Employer is a Federal contractor" b. Failure to complete a refresher tutorial will prevent the E-Ver,ify 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 agrees to provide the Employer with the notices described in Article ll.B.4 above. 6- The E-Verify Employer Agent agrees to initiale E-Veriry 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 the automated system using information provided by the Employer and will immediately communicate the response back to the Employer. lf the aulomated system to be queried is temporarily unavailable, the 3-day Page I of 15 I E-Verity MOU for Employer (Client) uslng a E-veriry Employer Agent I Revisloh Dele 09/01,/09 wrrvrv.d hs. gov/E-Veri! 16.A.9.h Packet Pg. 662 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) EVerif ffi.._-ffi. Company lD Number: 42803 Client Company lD Number: 565668 time period is extended until it is again operational in order to accommodate the E-Verify Emdoyer Agents attempting, in good faith, to make inquiries on behalf of the Employer during the period of unavailability. ln all cases, the E-Verify Employer Agent Wll use the SSA veriflcaiion procedures first, and will use DHS verification procedures only as directed by the SSA veritication response. 7. The E Verify Employer Agent agrees to cooperate with DHS and SSA !n their compliance monitoring and evaluation of E-Verifo, 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 use of E-Verify, and to respond in a timely and accurate manner to DHS requests for iBformation relating to their participation in E- Verifo. ARTICLE NI REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA '1, lf the Employer receives a tentative nonconfirmation issu€d by SSA, the Employer must print the teniative 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 nonconflrmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated syslem based on a tentative nonconfirmation, and only after the 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-Verify 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 determine whether the employee cont66ts the tentative nonconfirmation as soon as possible after the Employer receives it. 3. lf the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a system-generated refeffal letter and instruct the employee to visit an SSA oflice within E Federal Government work days. S$A will electronically transmit the result ofthe referral to the Employer (through the E-Veriry Employer Agent) wthin 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E-Verify system regularly for case updates. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) ot other written verification of the Social Security Number from the SSA. B. REFERRAL TO DHS Page 10 of r S I E"Ve ry MOU for Employer (client) u6ing a E-voliry Emplovlr Agent I Revlslon Date 00101/09 www.dhs.gov/E-verify 16.A.9.h Packet Pg. 663 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Gompany lD Number: 42803 Client Company lD Number: 565668 lf the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconlirmation 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 nonconrirmation. 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 lhe photo non-malch tontative 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 finding. The Employer agrees to refer individuals to DHS onty when the employee chooses to contest a tentative nonconfirmatlon received from DHS automated verification process or when the Employer lssues a tentative nonconfirmation based upon a photo non-match. The Employer will determine whether lhe 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 instruct the employee lo contact DHS through iis toll-free hotline (as found on the referral lette0 within I Federal Government work days. lf the employee contests a tentetive nonconfirmation based upon a photo non-match, the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit th'e result of the refenal to the Employer within 10 Federal Government work days of the rererral unless it determines that more than 10 days is necessary. The Employer agrees to check the E-Verify system regularly for case updates. The Employer agrees that. if an employee contests a tentative nonconfirmation based upon a photo non-match, the Employer (or the E-Verii/ Employer Agent) will send a copy of the employee's Fprm l-551 or Form l-766 to DHS for review by:. ,Scanning and uploading the documenl, or. Sending a photocopy of the document by and express mail account (pain for .at employer expense). lf the Employer. (through the E-Verify 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-Verify, the Ernployer (through the E-Verify Employer Agent) must forward the employee's documentation to DHS using one of the means described in the preceding paragraph, and allow DHS to resolve the case. ARTICLE IV SERVICE PROVISIONS Page 1, of 15 | E-Veriry irOU for Employer (Client) ueing a E-Vetlry Employ€.Agsnt I Revision oate 09/01/09 www.dhs.gov/E-Verify 1. 4. 5. 7. I!L-h ffi,.fu]* 2. 16.A.9.h Packet Pg. 664 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) _,ffir"ft,ift Company lD Numb et.. 42803 Client Company lD Number: 565668 The SSA and DHS will not charge the Employer or the E-Verify Employer Agent for verification services performed underthis MOU. DHS is not responsible for providing the equipment needed to make inquiries. A personal computer with lnternet access is needed to access the E-Verify System. ARTICLE V PARTIES A. This MoU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or lerminated by any party upon 30 days prior written notice io the others. Any and all system enhancements to the E-Verif, program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E-Veriry through the use of mandatory refresher tutorials and updates to the E-Verify User Manual, the E-Veri[, User Manualfor Federal Contractors, or the E-Verify Supplemental Guide for Federal Contractors. Even without changes to E- Verify, DHS reserves the right to require employers to take mandatory refresher tutorials, An Employer that is a Federal contractor with the FAR E-Verify clause may terminate this MOU when the Federal contract that requires its participation in E-Verifo is terminated or completed. ln such a circumstanc€, 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 Ernployer will remain a participant in the E- Verifi/ program, will remain bound by the tsrms of this MOu that apply to participants that are nol Federal contractors with the FAR E-VerilT clause, and will be required to use the E- Verify procedures to verifu the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MoU, DHS may terminate access lo E-Verifo if it is deemed necessary because ofthe requirements of law or policy, or upon a delermination by SSA or DHS that there has been a breach of system integrity or security by the E-Verify Employer 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 wi*r the FAR E-Veriry clause, termination ofthis MOU by any party for any reason may negatively affeit the Employeis performance of its conlractual responsibilities. C. Some or all SSA.and DHS responsibilities under this MOU may be performed by cohiracior(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 desclibed in this MOU- D. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, otficers, or employees, or against the E-Verify Employer Agent, the Employer, or thlir agents, officers, or employeei. Page 12 of 15 | E-Ve.iry MoU for Enploy6r (ClletD using a E-Verify Enploy€r Agplll I ReYision Dale 09r01/Og www.dhs.gov/E-Ve.ify 16.A.9.h Packet Pg. 665 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) EVerif 'ffi'"%- Company lD Number; 42E03 Ctient Company lD Numben 565668 E. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verifi/ or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the E-Verify 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 polioy, includhrg but not limited to, Congressional oversight, E-Verify publicity and media inquiries. determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of lnformation Act (FOIA)- G. The foregoing constitutes the full agreement on this subject between DHS, the Employer and the E-Verify Employer Agent. Mainscaoe. lnc. (Employer) hereby designates and appoints !p@!gp!ga!q (E-Verify Employer Agent), including its officers and employees, as the E-Verify Employer Agent for the purpose of carryinS out U3,USS3E9&E&, (Employe0 responsibilities underthe MOU between the Employer, the E-Verify Employer Agent, and DHS. Page 13 of 15 | E-Verify MOU for E.i,ployer (Client) using a E-Verify EnPloyet Ager{ I Reuislon Daie 0901/09 www.dhs.golr/E-Verlfy 16.A.9.h Packet Pg. 666 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Company lD Number: 42803 Client Company lD Number: 565568 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 Aoent and DHS respectively. lf you have any questions, contact E-Ver'rfy at 1-88&.464-4218. Approved by: Employer Mainscape. lnc. Naoro {Please 1 ype or Prhrt) SlUfloture E-Verlfy Employor Ag6nt ERC Dataplus. lnc. Scott Ku nz llaie {atfle (Flesse _fyp€ or Prirl) Et99!!9uE!A $igltgd Signat$re tltle 96to512012 Slg ature lJato r : lnfotmation Requlred For the E-Verify E-Verify Employer Agent Program lnlormalion relating to your Company: Page 14 ol '15 | E-Veriry MOU lor Employer (Client) using a E-verify Employer AgeDt I Revision Date 0901/09 www.dhs.gov/E-Verify N6lne (Pleagte Type or ftirrt) 16.A.9.h Packet Pg. 667 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Company lD Number; 42803 Cllent Company lD Numberi 555668 Comp#ny Facility Address:13418 Srittsn Park Rd- Fisthei*, l$l4&038 cornty r,r Pa.ish; HAMILI $ry En]ployer lderrtif icatiarr Nur|}her;3516335E0 llillth Arirr.,ricail lirduBtry Cins:ii{icati{11! li!/5tems Code:561 Admiflistratc,r: Nul*ber $f FrrlFloyees;500 to 9$9 Page 15 oI 15 I E-Vori[. n oU for Employer (Client] using a E-Veriry Employer A€ent lRevision Date 00101/09 www.dhs.gov/E-Veriry 16.A.9.h Packet Pg. 668 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Solicilatlon 19-7660 *"m;m-H*', ForE 5: V@dor Substihte \ -9 Rcqu€st for TaxTsy€r Iilentilicatlon Number atrd Certiflcation IrI accodanoe with the Interoa.l Revenue Service regulations! Colli€r Couhty is rEquir€d to oollect the followiDg idomatior for tax }eporting purposos &om indiyi&uls ajld compani€s who do busiaess with the C-ounty (inoiuding social security numbersif uscd by the individual or cohpany for tax rcporting !urpos$). Florida Statute 119.071{5) requtres thet ihe coBDty *otity you in writing ofthe reason for collecting this iqformation, which will be lsed for oo othq purpose than herein stated. Plesse coEplete an informatioD that epplies to your busi eBs atd rehllE with your $1ote or floposal. 1. Gereral Idoruatror (provide all iDformatioE) (as shovn on income tax rclun| ' Busi!ess Name f/diraercnt {rorfi tart aver kd,hel aoaress i3"ilY*Rr' lto,'r'r2ziut- lU .City zip. a2 c:-.1a- 2 t a-" Ordq Iuformaiion (Mlrst bg$Ileaf roqt) Addrcss 3oYo Rurr"ttru., AV e. City Ft z\p';qtLc ReEit / PayEotrt hforD.tioD (Mnst:be,f,Ila4 put) aaa"u", ,3'llg Er, tl-o".. ?a/ E-Qd- cia state -!-[!- zip_j-t&_Q58- Email 2. Conlpaly Ststus (checkonly one) _Individual 1 Sole Proprietor Y Corooration _Partnership -Tax Exernpt (Fedeml income tax-exempt eltity urder Intemal Rovenue Seryioe guidelims IRC 501 (c) 3) 3. Tarpayer Identitrcatioti Number (for &rx repofting pullraset akly) 4- Sign atrd Dat€ ForB: CertificstfuE: Federal Tax ldeEtification Number (TIll) eodo6 who do not haYe a 8naDO19 5:42 AM 9.47 - Limited Liability Compafly t'\(._ EntEr tha tar chsslllcetlor_G=n,---^,- 16.A.9.h Packet Pg. 669 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Collier County Solicltation 19-7660 ai2Ai2A19 5:42 LM p.48 16.A.9.h Packet Pg. 670 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Collier County Soliciaton 19-7660 Insurance / Bood Type l. [ \\ orkcr"s Conlpcns&rion 2. X l:.n1Flo].cr.s Liabilir) 3. I Conrmercial General l,iabilit) (Occurcnce Forln) patterncd aller the cuuent ISO lornr 4. X tndemnitication 5. X Automobile Lirbilit)' Required Limits StatLrtory i,imits ol Fkr|iila Statutes. ( hapter l"l0 and ail Fedcral (ior.ernment Statulor-r- I-imits and IlequircmenLs E\idencc ol Workcrs' ai)nrpensation co\crage or a Ccrtilicalc lrl l-l\emptiorl issuccl Lr) the Statc of l'lolida is required. t n1;ties thal arc lbflrcd as Srrlc Proprickn ships shall oot be required to pnrridc a prcofol e\emptiorr. An appiication lin e\cmplio,l con be obtained online al httirlt rrtri.\.ll J li..',]1lr rr.-.1-4rg S 1.000,000 single IimiL pet' occurrence Bodill IniuD and Proper'1} Damage S_1,000,000_singlc limit pcr occurrence. 52.000.000 aggrcgare ti)r BoLlil) lnlLrrr I-iabilitl !0d Propci't) Damagc I.iubilitl. lhis shall include Prcnrises and ()pemtion\: lndependcnt Contractors: Pr'oducts and C()mpicled C)pcritions ond Contractlial Liabilit). Iir the nrarimum ertent permittc,.l h1 I loricia la\- the (lontractor'1\'endor shall dcllnd. inLJcrrnili and holcl harmlcss Collicr Counl). ils oflicers and emplo\ees fr'onl 0n\ and all liabilitics. damagcs. losscs and costs. including. but not lin'ritqd lo. rcasondhle attolnc\s' ties xnd parulcgals' I!es. to lhe c\lent caused b) thc negligence. r-ecklessncss- or inLcnLionalll \\,rongl'u1 con.lLlct ol thc alontl.act()r/ Vcndor-or anlonc enrpk-';ed or utilizcd b) tl'rc Contraclortveudor in the pcll'onrance of this Agrccment. S_1,000,000_ Ilrch (Jcsu.renccl Bodill InjLrl & l)ropert) Datrlage. Orl ncd,\otr-o\\'ncd,l{ired: Automobi]e lncludeci ! Watelcraft 7. 9. 10. I I. ! other insuraoce as ooted: fl Rid bond ! Performancc and Payment Bonds S Pcr Occurrence Shall bc submjtted \!ith proposal respoffc in thc lorm of ccflilied I-trnds. cashiers' chcck or an inevocablc letter of ctcdit, a cash bond postcd with the Clounty Cletk. or proposal bond in a sum equal to j% of the cost proposal. All chccks shall be made payable to the Collier CounB Board ()1'County Commissioners on a bank or lrust cornpany locatcd in the State of Florida and insurcd b), thc Fedcral Deposit Irsurancc Corporation. For prolects in cxcess ol'S200.000, bonds shall be submitted \\ith the execuled contxacl by Proposars reaci\ing award, and u{itlen for 100% ofthe Contract awald al]lount. the cost bome b! the Prcposer rcceiving an a\,rald. The Pcrlbrnlance and Payment Bonds shall bc undcrvlittcn by a suet) authorized to do busitlcss in the Statc of Fioida and othcrwise acceptable to O\vncl.; provided, ho$'ever- thc sxl ety shall be rared as -A-" or bctter as to gcneral policl,holders rating and Cla-ss V or higher rating as 1o financial size category and the amolut lequi|cd shall not erceed 5olo ofthe repofled policy holders' surplus- all as reported in the most current llest Kcy Rating Guidc. published b] A.M. Best Companj, lnc. of 75 Fulton Strcet. Nc\t York- Nerv York 10038- fi Vendclr shall cnsule thal all subcontractors comply with thc samc insurance rcquiremcnts that he is required to meet. 'l'he same Vcndor shall prcvide Count)- with ccrtillcatcs ofinsurancc neeting thc lequircd insumnce provisiolts. fi Cotlicr County must be ranred as'ADDITIONAL INSURED'on thc Insurance Clcrtitlcatc ibr Commerciai Generul Liabilit! where rcquired. I'his insurance shall be primarl and non-con ibutory lvith respeat to any othel insurance fiaintail1ed by, or a\ailable lbr the benefit ol'" drc Additional Insured and the vendor's polic)' shall be endorsed aocordingll. E lhc Celtiticate Iloldel shall bc namcd as Collicl Cour'rty Board oi'Count,u- Conhrissioncrs. OR. Boald of alounty Conrmissioners in Collicr Count). OR Collicr Count) Covcmmcnt, OR (illier Count)- Thc Certilicates of Insuurlcc must state thc Contract Number, or Project Numbcr. or spccific Project description, or mllst read: I'or an1' and all $ork pertbrmed on bchalf of Collier (oLrnr""". A/28/2O19 5:42 AM p. 49 16.A.9.h Packet Pg. 671 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Coiller County Solicitation '19-7660 X On all certificates, the Certificate Holder must read: Collier Count! Board of Commissioners. 3 295 l-amiami Trail East. Naples. FL 34112 X Thirty (30) Days Cancellatio, Notice required. 5/24/t9 - CC Vendor's Insurance Statement We understand the insurance requirements ofthese specifications and rhat the evidence oiinsurability may be requircd \lithin five (5)daysoftheawardofthissolicitation.'fheinsurancesubmittedmustprovidecoverageforaminimumofsix(6)monthsl'romthe datc of a\\ald. Name of Iirm Vendor Signatule Print Name Insul?nce Agenc] Agent Name 13. 14. k4 thy"r o"" ?/zz/r? TelephoneNumber ?/7- 4a4- sAo I 8l2Al2O19 5:42 AM p,50 County shall procure and maintain Builders Risk lnsurancc on all construction projects where it is deemcd neccssaD ctrrerage rhall bc endo|sed to corer thc inlerests of Cr)llier (itunq as $'eil ari thc C\)ntractor. Prcmiums shall bc billcd project and the Conbactor shall not include Builders Risk premiums in its project Foposal or 16.A.9.h Packet Pg. 672 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Ao'CERTIFICATE OF LIABILIry INSURANCE'oR o9ll4tro1a THIS GERTIFICATE IS ISSUED AS A ]IIATTER OF INFORT{ATION ONLY ANO CONFERS NO RIGHTS UPON T}IE CERTIFICATE HOLDER. THIS CERTIFICATE OOES NOT AFFIRMATIVELY OR NEGATIVELYAMEND, EXTENO OR ALTER THE COVERAGE AFFOROED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT: lf tfte ceniticate holcler is an ADOITIONAL INSUREO, the policy(i6) mugt haveADDITIONAL INSURED provisions or be eodo6ed. lf SUBROGATION lS WAIVED, subject to the teams and conditionB of the pollcr, certaln policiea may require an endoGemenl. A alalement on thla ce(ificate does not conlsr righis to the certificato holder in lleu ofsuch ondo6emeh(s). McGowan lnsuEnce Gmup lnc 355 lndianaAvenue Suit6 20o lndienapoiis tN 46204 {cr Kathy Hoyar $"". t<atnynoyerqmcgowanrnc.com INSURER(S) AFFORONG COVERAGE tNsuRERA, The Florists' I\/utual hsurance Co 13978 lvainscape, lnc.i Mainscape Fishers, LLC 13414 Britton Park Road Fishers tN 46038 TNQURFR B. Philadelph a lnsurance Co 18058 AELOW HAVE BEEN ISSUED TO THE INSUREO NAMEDABOVE FOR THE POLICY PERIOD INDICATED, NOTWTHSTANDING ANY REQUIREMENT. TERT,I OR CONDITION OF ANY CONTMCT OR OTHER DOCUIIIENT WTH RESPECTTO WHICH THIS CERTIFICATE I\,4AY BE ]SSUED OR [,!AY PERTAIN, THE INSUMNCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERI\,4S, EXCTUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOI/VN MAY HAVE BEEN REDUCEO BYPAIO CLAIMS. COMMERCIAL GENERAL LIABILITY ".^,r"-rr o. ffi o".u" Landsc€peDesign E & O lncl .;:r'H'fl{""tj'.:" r---l SCHEDULEDAUTosoNLY I I AUTos HIRED I VI NON,OWNEO AUTOS ONLY I ^] AUTOS ONLY Leased or ented Equip B Employee Dishonesty DESCRTPTTON OF OPERA-nONS / LOCAIONS / VEHTCLES {ACORO 1O!, Addltron.l R.n.r*r S.h.duL, m.y b. attach.d if moE .p.c. i. Equr.d) The following apply when required by written contact, subject to policy terms and conditions: General Liability Additional insured on a primary and non-cont iburory basis (including Completed Ops) and Waiver of Subrogalion in favor ot addilional jnsured per form 12031 (07/12); Automobile Liability Addilional lnsured per ftnm CA2048 (1(y13) and primary nonanhbutory p€r form CA0,l49 (11,/'16) and \,Iaiver of Subrogaton per form AMA-!4,OS (1214) CERTIFICATE HOLDER CANCELLATION SHOULD ANYOF THE ABOVE DESCRIBEO POLICIES BE CANCELLEO BEFORE THE EXPIRATION OATE THEREOE NOTICE WILL BE DELIVERED IN .FOR TNFORMTION pURpOSES ONLy'AppLICABLE TO STATES I AccoRDANcE wrTH THE PoLlcY PRovlsloNs. AUIHORIZEO REPRESENTAIIVE r4/a*-- tl ,l"y-* O l98a-2015 ACORO CORPORATION. All rlghts reserved. The ACORD name and logo are regbiercd marks ot ACOROacoRD 25 (2016/03) 16.A.9.h Packet Pg. 673 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Collier County Solicilation 197660 .lL*,'*,--*.5t -=r--r---{-*}ffimm* Form 7: Vendor Submittal - Local Vendor Preference Aflidavit (Check Appropriate Boxes Below) State of Florida (Select County ifYe[dor is described as a Local Business) E Collier County E Lee County vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County CommissioneN and thc Regulations Thereto. As defined in Section XV ofthe Collier County Procurement Ordinance: l,ocal busincss means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collecto. Fior to bid or proposal subtrission to do business witlrin Collier County, and that identifies the business with a permanent physical business address located within the limits of Collicr County fronr w'hich thc vend(x's $alf operates and performs business in an area zoned for the conduct ofsuch business. A Post Office Box or a facility that receives mail. or a non-pemanent sbucturc such as a construction tmiler, siorage shed, or other non- permaocnt stluctule shall not be used for the purposc of establishing said physical address. ln addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being ofCollier County in a vcritiable and measurable way. This may includc, but not be limited to- the retention and e--<pansion of employment oppo(unities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall a1-firm in writing their compliance with the foregoing at the time ofsubmitting their bid or proposal to bc eligible for considerution as a "local business" under this section. A vendor who misr€presents the Local Prefercnce status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Pref'erence status for a pcriod ofup to one year under this scction. Vendor must complete thc following infbrmation: Ycar Busjness Established in Ecollier County or n I-ee Courty: Number of Employees (lncluding Ow'ne(s) or Corporate Ollce$): NumberofEmployeest,ivinginffiCollierCounryor!Lee(IncludingOwner(s)orCorpotateofficersl:125 Il.equcstcd by the County, vendor-will be rcquired to provide documenlation substantiating the infomalion givcn in this affidavit. Failure to do so will result in vendor's subnrission being deemed not applicable. vendtrr Name: _!!!!!!p\!1 [)are: 9/20/2019 3080 Ravenna Ave.. Naples. FL 34120 't irle: Account Executive 2006 90i 8t28l2o1g 5:42 AM p. 38 16.A.9.h Packet Pg. 674 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) Collier County Solicitation 19-7660 I.O LOCAL VENDOR PREFERENCE (LVP) l-l The County is using the Compctitive Scalcd Bid mcthodology of source sclcction lbr this procurement, as authorized by Ordinance Number 201748 establishing and adopting thc Collier County Plocurement Ordinance. 1.2 l-ocal business means the vendor has a cumcn[ Business Ta\ Receipt issued by the Collier Count]. Ta)( Collector prior to bid or proposal submission to do business rvithin Collier County- and that identifies the business with a permanent physical business address located \yithin thc linrits of Collier County from rvhich the vendor's staffopcralcs {nd performs business in an arcir zoned for the conduct ofsuch business. A Post Offioe Box or a faciliLy that receives trail. or a non-peri'nanent structure such as a construct;on trailcr" storage shed. or olher non-pcrmancnt structurc shail not be used for the purpose ol'establishing said phlsical address. In additien to the lbrcgoing. a vendor shall not be considered a "local business" Llnless it cortributes to thc cconomic development and rvell-bcing of Collier Counq in a vcrifiable and measurable way. This may include, but not be limited to. thc rctention and expansion of cmplo),ment oppofiunities, support ard increase 10 the County's L1x base. and residency of employees and principals of the business $,ithin Collier County. Vendors shall allirm in w ting their compliance with the fbregoing at the time ol'submitting their bid or proposal to be eligible for considcration as a "local business" under this seclion. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose thc pdvilege to claim Local Preference status lbr a pcriod of up to one year. I.3 tJnder this solicitation, bidders desiring to receive local prcfcrcnce will be invited and required to allimratively statc a1ld provide documentatjon as set foflh in the solicitation in supporr ofthcir status as a local business. Anl bidder rvho fails to submit sulljcient documentation with their bid offel shall nor be granted local prel'erence considcration lbr the purposes of that speaific contract au.ard. Except \\'herc f'cderal or state lai,v, or any other flnding sourcc- mandates to the contrary. Collier County and its agencies and instrumentalities, will give prefelence to local businesses in the f'ollowing manner. 1.4 Conpetitive bicl (local price match optio ). Each Ibrmal competitive bid solicitalion shall clearly idcntifi horv the price ordcr ()1'the bids receivcd q'ill be elaluated and dctermined. When a qualilled and responsivc. non-local business submits {he lo\rcst pricc bid. and the bid submitted bl one or more qualilied and responsive local businesses is within ten percent ofthe price submitted by the non-local business, then thc local business with thc apparent lowest bid ofler (i.e., thc lo$cst locai bidder) shall have the opportunity to submit an oflbr to match the pricc(s), Iess one (1) dollar. ofl'ered by the overall lotvest, qualified and respo,lsive biddcr. ln such instances. staff shall first vcrify if the lowest non-local bidder and the lou,est local bidder are in f'act qualificd and responsive bidders. Nelit. the Procurement Services Division shall determine if the lolvest local bidder meets the requirements of Fla. Star. Sec.287.087 (Prefererces to businesses with drug-tree r.vorkplace progams). Tl the lolest local bidder meets the requirements of I'la. Stat. Sec. 21i7.087, the Procurcment Services Divr'sion shall invite thc lo*,est local bidder to submit a matching offcr. less one (l) dollar, within live (5) business days thcrcafter. Tfthe lowest local bidder submits an otfer that fully matches the loucst bid, lessone(l) dollar. from the loll est non-local bidder tendcred previously. then award shall be made to the local bidder- If the lo$'cst local bidder declines or is unable to match the lowest non-local bid price(s), then a,"vard \,ill be made to the lowest ovelaii qualitlcd and responsive bidder. II'the lowest local bidder does nol meet fic r cquirement 01' Ir Lo. S tat, Sec 287.087, and the lowest ionJocal biddcr does, award wilt be made to the bidder that meets the requirements ol'the reference stale 1aw. 1.5 Ilidder musl complete and submit \\'ith thcir bid responsc thc lffidait .fot' (:laiming Stalus as ., Local llrrsiress $,hich is included as part of this soiicitation. Failure on the part of a Bidder to submit this Aflidavit with their bid respotrse will preclude said Bidder from being considered for local pteference on this solicitation, 1.6 A Bidder who misleprerents thc f,ocal Pret'ercncc status ol'its tirm in a bid submitted to the County u,ill lose thc privilege to claim Local Pret'ercnce status lbr a period of up to one ( I ) ycar. 1.7 'l he County may, as it deems nec€ssary, conduct discussions rvith responsible bidders dctcrmined to be in contention fbr being selectcd lbr award for thc pu.pose of clarilication to assuro f'ull understanding ol: und rc\ponsi!eness lo \olicitation |equiremcnts, A/2812019 5t42 AM p. 39 16.A.9.h Packet Pg. 675 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.h Packet Pg. 676 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.h Packet Pg. 677 Attachment: 19-7659_Mainscapes_Proposal (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 678Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 679Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 680Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 681Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 682Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 683Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 684Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 685Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 686Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 687Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 688Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 689Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 690Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 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 Courts & Comptroller 16.A.9.i Packet Pg. 691 Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 692Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 693Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 694Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 695Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 696Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 697Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 698Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 699Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 700Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 701Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 702Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 703Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 704Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 705Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 706Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 707Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 708Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 709Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 710Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 711Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 712Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 713Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 714Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 715Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 716Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 717Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 718Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 719Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 720Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 721Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 722Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance) 16.A.9.iPacket Pg. 723Attachment: 19-7659 WalkersService_Contract_VendorSigned_Redacted (11230 : 19-7659 Radio Road East Landscape Maintenance)