Loading...
Agenda 02/11/2020 Item #16C 2 (Contract #20-7685 for Ground Maintenance - County Facilities)02/11/2020 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (“ITB”) #20-7685, “Grounds Maintenance - County Facilities” to: Commercial Landscape Professionals, Inc., d/b/a Trimac Outdoor, Mainscape, Inc., Superior Landscaping & Lawn Service, Inc., and A&M Property Maintenance, LLC, and authorize the Chairman to sign the attached agreements. OBJECTIVE: To secure vendors to perform annual grounds maintenance in a fair and competitive manner in accordance with the procurement ordinance. CONSIDERATIONS: Collier County Facilities Management is responsible for the upkeep and repair of landscaping and irrigation systems for over 60 sites throughout the County including but not limited to: the main government campus, sheriff substations, libraries, museums, etc. To maintain the condition of these grounds, staff solicited for the lowest total price per maintained zone to award a primary and secondary vendor to perform grounds maintenance services. These services include mowing, edging, weed control, tree and hedge trimming, mulching, irrigation repairs, etc. The Board approved Agreement No. 16-6555 for ground maintenance for the Facilities Management Division with Hannula Landscaping & Irrigation, Inc. on June 14, 2016 (Agenda Item 16.E.6). Ultimately those landscape services were assumed by Green Effex, LLC through an Assumption Agreement approved by the Board on January 22, 2019 (Agenda Item 16.E.1). On September 13, 2019, Green Effex, LLC delivered notice to Collier County Facilities Management that it was closing all service divisions effective immediately; thereby ending service to the County under Agreement No. 16-6555. Since that time, the County has maintained grounds via a cooperative agreement with Lee County and moved to solicit a new contract for grounds maintenance services. As part of this item, staff requests direction to formally terminate Agreement No. 16-6555 with Green Effex, LLC as permitted in numbered paragraph 10 of that agreement. On November 1, 2019, the Procurement Services Division released Invitation to Bid 20-7685 to Nine Thousand Two Hundred and Forty-Six (9,246) vendors for the “Grounds Maintenance - County Facilities” project. Interested vendors downloaded seventy-eight (78) bid packages, and the County received nine (9) bids by the December 3, 2019 deadline. The County determined seven (7) bidders to be responsive and responsible; while deeming one bidder (Kita Corp.) non-responsive/non-responsible due to an incomplete bid package, and one other bidder (Landscape Dimensions, Inc.) non-responsible for not providing requested certificates, licenses or experience. Staff contacted all responsive bidders to resolve minor irregularities in their requested certificates, licenses or experience. These bidders are outlined below: Company Name City County State Bid Amount Responsive/ Responsible A&M Property Maintenance, LLC Ava Maria Collier FL *See Bid Tab* Yes/Yes Hannula Landscaping and Irrigation, Inc. Fort Myers Lee FL *See Bid Tab* Yes/Yes Kita Corp. Miami Gardens Miami-Dade FL *See Bid Tab* No/No Landscape Dimensions, Inc. Fort Myers Lee FL *See Bid Tab* Yes/No Mainscape, Inc. Naples Collier FL *See Bid Tab* Yes/Yes P&T Lawn & Tractor Service, Alva Lee FL *See Bid Yes/Yes 16.C.2 Packet Pg. 808 02/11/2020 Inc. Tab* Superior Landscaping & Lawn Service, Inc. Fort Myers Lee FL *See Bid Tab* Yes/Yes Commercial Landscape Professionals, Inc. d/b/a Trimac Outdoor Fort Myers Lee FL *See Bid Tab* Yes/Yes Walkers Service, Inc. Punta Gorda Charlotte FL *See Bid Tab* Yes/Yes Staff recommends awarding each Zone, 1 through 6, to a primary and secondary vendor as outlined in the Bid Tab summary below: ZONE Primary Primary Total Secondary Secondary Total Zone 1 Superior Landscaping & Lawn Service, Inc. $152,100.00 Commercial Landscape Professionals Inc. d/b/a Trimac Outdoor $169,128.18 Zone 2 Commercial Landscape Professionals, Inc. d/b/a Trimac Outdoor $72,480.33 Mainscape, Inc. $117,699.27 Zone 3 Commercial Landscape Professionals, Inc. d/b/a Trimac Outdoor $178,967.88 Mainscape, Inc. $208,915.20 Zone 4 Commercial Landscape Professionals, Inc. d/b/a Trimac Outdoor $31,799.43 Mainscape, Inc. $61,242.09 Zone 5 A&M Property Maintenance, Inc. $98,592.00 Commercial Landscape Professionals Inc. d/b/a Trimac Outdoor $180,011.91 Zone 6 Commercial Landscape Professionals, Inc. d/b/a Trimac Outdoor $144,155.31 Mainscape, Inc. $197,747.55 FISCAL IMPACT: The base annual amount of the contract is estimated to be $678,095 plus any additional and unanticipated services. Budget for this contract is provided in the General Fund Facilities Management Cost Center (001-122240). GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To award Invitation to Bid #20-7685, “Grounds Maintenance - County Facilities” to: Commercial Landscape Professionals, Inc. d/b/a Trimac Outdoor, Mainscape, Inc., Superior Landscaping & Lawn Service, Inc., and A&M Property Maintenance, LLC., as recommended above, authorize the Chairman to sign the attached agreements, and direct staff to provide Green Effex, LLC notice of formal termination of Agreement #16-6555. PREPARED BY: Juan Delgado, Operations Analyst, Facilities Management Division 16.C.2 Packet Pg. 809 02/11/2020 ATTACHMENT(S) 1. 20-7685 - NORA signed (PDF) 2. 20-7685 Solicitation Grounds Maintenance_10-31-19 (PDF) 3. 20-7685 A&M Property_Insurance_1-15-20 (PDF) 4. 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (PDF) 5. 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (PDF) 6. 20-7685 CommercialLand-TrimacOutdoor_Insurance_1-21-20 (PDF) 7. 20-7685 Mainscape, Inc._Insurance_1-14-20 (PDF) 8. 20-7685 Mainscape_Contract_VendorSigned (PDF) 9. 20-7685 Superior_Landscaping_Insurance_1-14-20 (PDF) 10. GFX Cease Services 09-2019 (PDF) 11. 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (PDF) 12. 20-7685 SuperiorLandscaping_Contract_VendorSigned (PDF) 13. 20-7685 - Bid Tab - Zones Final (PDF) 16.C.2 Packet Pg. 810 02/11/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.2 Doc ID: 11389 Item Summary: Recommendation to award Invitation to Bid (“ITB”) # 20-7685, “Grounds Maintenance – County Facilities” to: Commercial Landscape Professionals, Inc., d/b/a Trimac Outdoor, Mainscape, Inc., Superior Landscaping & Lawn Service, Inc., and A&M Property Maintenance, LLC, and authorize the Chairman to sign the attached agreements. Meeting Date: 02/11/2020 Prepared by: Title: – Facilities Management Name: Kathleen Sibert 01/24/2020 8:23 AM Submitted by: Title: Director - Facilities Management – Facilities Management Name: Damon Grant 01/24/2020 8:23 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/24/2020 8:59 AM Procurement Services Sue Zimmerman Additional Reviewer Completed 01/24/2020 9:51 AM Procurement Services Priscilla Doria Additional Reviewer Completed 01/24/2020 10:00 AM Procurement Services Sandra Herrera Additional Reviewer Completed 01/24/2020 10:49 AM Procurement Services Evelyn Colon Additional Reviewer Completed 01/24/2020 11:10 AM Facilities Management Damon Grant Director - Facilities Completed 01/24/2020 1:19 PM Public Utilities Operations Support AmiaMarie Curry Additional Reviewer Completed 01/24/2020 5:28 PM Public Utilities Department Dan Rodriguez Additional Reviewer Completed 01/27/2020 1:51 PM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 01/28/2020 9:09 AM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 01/28/2020 10:57 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 01/30/2020 8:36 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 01/30/2020 8:37 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 01/30/2020 8:45 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 02/03/2020 8:33 AM Budget and Management Office Ed Finn Additional Reviewer Completed 02/03/2020 11:09 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 02/03/2020 2:40 PM 16.C.2 Packet Pg. 811 02/11/2020 Board of County Commissioners MaryJo Brock Meeting Pending 02/11/2020 9:00 AM 16.C.2 Packet Pg. 812 16.C.2.aPacket Pg. 813Attachment: 20-7685 - NORA signed (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and terminate existing agreement) 16.C.2.aPacket Pg. 814Attachment: 20-7685 - NORA signed (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and terminate existing agreement) 16.C.2.a Packet Pg. 815 Attachment: 20-7685 - NORA signed (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.a Packet Pg. 816 Attachment: 20-7685 - NORA signed (11389 : Recommendation to approve ITB 20-7685 "Grounds COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR GROUNDS MAINTENANCE – COUNTY FACILITIES SOLICITATION NO.: 20-7685 SUE ZIMMERMAN, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8034 Sue.Zimmerman@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.C.2.b Packet Pg. 817 Attachment: 20-7685 Solicitation Grounds Maintenance_10-31-19 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 20-7685 PROJECT TITLE: Grounds Maintenance – County Facilities PRE- BID MEETING: NO PRE-BID LOCATION: N/A DUE DATE: December 2, 2019 at 3:00p.m. PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Facilities Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $780,000; however, this may not be indicative of future buying patterns. BACKGROUND The purpose of this solicitation is to obtain qualified landscape maintenance contractor(s) to perform work on Collier County owned facilities. Collier County Facilities Management Division is responsible for the maintenance, upkeep and repair of landscaping and irrigation systems for over 60 sites throughout the County. The successful contractor(s) will be responsible to furnish all necessary labor, tools, appliances, equipment, supplies/materials and maintenance and any other necessary accessories or services to perform the landscaping services including, at a minimum, mowing, edging, blowing, clean-up, weed control, general site trimming, tree trimming, debris and/or trash removal, mulching, irrigation system inspection, testing and maintenance, fertilizer, insecticides and pest control, and/or specialty landscaping, as needed at specific sites. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. 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. 16.C.2.b Packet Pg. 818 Attachment: 20-7685 Solicitation Grounds Maintenance_10-31-19 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 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 Price Section 1 Zones: lowest total per Zone  Collier County reserves the right to select one, or more than one supplier, 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: • To Award a Primary and Secondary Contractor per Zone  The County reserves the right to issue a formal contract, standard County Purchase Order, or utilize the County Purchasing Card for the award of this solicitation. DETAILED SCOPE OF WORK THIS SOLICITATION WILL BE AWARDED PER CATEGORY LISTED. Contractors may bid on one or multiple categories. The Categories and their descriptions are as follows: Category A, Zone 1: The Collier County Government Complex must be: • Completed in a maximum two consecutive day time frame for each frequency and on the same consistent days unless specific variances are approved in advance by the Facilities Manager or his designee (i.e., the site must be scheduled on two days of the week (Monday and Tuesday for example), and; o Note: Work is not to be scheduled on Board of County Commissioner meeting days. A calendar schedule will be provided. • Completed fully (all required services listed below throughout the entire site) on the same days of the week (i.e., Monday and Tuesday etc.) for each frequency, which may be either once a week or once every other week depending on the time of year. • Full yearly schedules of proposed days for service will be submitted to the Facilities Manager or designee at the beginning of the contract and updated if there are any changes throughout the term(s) of the contract. Should the contractor not conduct the required service on the required days, as approved initially by Facilities Management, associated fines listed below (under tasks) may be assessed. Category B, Zone 2 – 6: Off Campus sites must be : • Completed in a one-day time frame for each frequency and on the same consistent day unless specific variances are approved in advance by the Facilities Manager or designee (i.e., site #3 must be scheduled on a specific day of the week (Monday, Tuesday, Wed. etc.), and; • Completed fully (all required services listed below throughout the entire site) on that same day of the week (Monday, Tuesday, Wed. etc.) for each frequency, which as stated above may be either once a week or once every other week depending on the time of year. Sites: Exact locations of sites are listed on the Bid Schedule. Approximate Area: It is the bidders’ responsibility to measure the acreage of each site. Attached are aerial sites from the Collier County Property Appraiser’s website. The County will not accept requests for price increases due to the vendor not verifying the acreage and not being fully informed as to the scope of services required. All acreage includes the right-of-way beyond any sidewalk. Additional services for tree trimming and placing of mulch may be subcontracted as needed but must be pre-approved by the Facilities Management designee and the proposal must clearly state the specific service and the Facilities Management designee (by name) who requested the service. Actual invoicing from the subcontractor shall be required as backup for the main contractor submittal to the County for invoicing purposes. 16.C.2.b Packet Pg. 819 Attachment: 20-7685 Solicitation Grounds Maintenance_10-31-19 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" Collier County expects the successful bidder to fully comply with all terms of this bid. Every item and schedule are considered an important element of the bid and must be strictly adhered to. The work covered by this bid consists of furnishing all labor, equipment, and materials. Bidders must meet the following requirements in order to be considered for this award: 1. Have the capacity to perform. 2. Have successfully executed contracts similar in nature and dollar value with municipalities or large properties (must provide details with submission). Bidder(s) may be required to confirm to Facilities Management Division’s Work Management procedures, such as utilizing the Division’s work order forms, or future online work order system at no additional cost to the County. The frequency of routine service (mowing, edging, trees/shrubs/other plant material maintenance, weeding, pest control and other associated landscape maintenance services outlined under the scope) will be as follows, but is subject to change as needed: May – October (6 months) = Once a week November– April (6 months) = Once every other week Note: The vendor may total the cost for the annual period and allocate the average on a monthly basis for billing purposes. If the monthly allocation billing method is used, then an attestation with list of services performed and locations with the dates of service per month will be required. TASKS: Mowing: All turf, to include right-of-way, shall be mowed with mulching type mower equipment to eliminate the need to bag and transport grass clippings; should bagging be necessary, the bagged clippings shall be collected and removed at no additional cost to the County. Grass shall be cut at a height of three and one-half inches (3.5”). The number of cuttings may be modified by the Facilities Manager or designee at the County’s discretion, requiring a negotiated cost change between the Facilities Manager or designee and the Contractor. The Contractor will clean all clippings from sidewalks, curbs, and roadways immediately after mowing and/or edging. The contractor will not sweep, blow or otherwise dispose of clippings in sewer drains. The Contractor shall use alternate mowing practices, patterns or equipment so as not to create wheel ruts or worn areas in the turf. Any areas of turf that become water soaked during the period of this Contract shall be mowed with twenty-one-inch (21” +/-) diameter hand walk behind type mowers to prevent wheel ruts in the turf caused by heavier type self-propelled rider mowers. The Contractor shall be responsible for repairing any ruts caused by their mowers at no additional costs to the County. Median strips shall be mowed as needed for a well-maintained appearance as determined by the Facilities Manager or designee. The Contractor must inspect and empty all exterior trash containers on each visit to the facility to ensure a well-maintained appearance as determined by the Facilities Manager or designee. All horticulture debris shall be immediately removed from the site, including debris from the Collier County Museum and University Extension Office. Prior to mowing, blades shall be inspected to ensure that they are sharp and adjusted to assure a clean cut, and mowers checked for proper height of three- and one-half inches (3.5”). Mowing does not include the specialty plant beds located around the University Extension Office nor the interior of the Collier County Museum. Edging: Mechanical edging on the turf shall be done with each mowing along all sidewalk edges, back of concrete curbs, around all plant beds, utility service boxes, sign posts, posts, valve boxes, sprinkler heads and all other areas deemed necessary by the Facilities Manager or designee. NO EDGING around trees or shrubs with a weed eater will be permitted. Grass root runners found in edged plant beds shall be removed. No chemicals shall be used for edging. All sidewalks, curbing or gutters including two feet (2’) area from the face of the curb and sidewalk areas shall be cleaned during each service. No debris shall be left upon completion of work performed. All leaves, branches, and general debris shall be cleared from site(s). All sidewalks shall be blown clean, but no clippings or other debris shall be blown, or deposited on other adjacent property, accumulated on right- of-way areas, or disposed in sewer drains. Edging does not include the specialty plant beds located around the University Extension Office nor the interior of the Collier County Museum. 16.C.2.b Packet Pg. 820 Attachment: 20-7685 Solicitation Grounds Maintenance_10-31-19 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" Shrubs, Plants, Etc.: All groundcovers and shrubs shall be inspected and pruned during service weeks or on an as needed basis, to maintain the proper or required heights for visibility, vehicular movement purposes and desired shape or form as determined by the Facilities Manager or designee. Notification needs to be made to the Facilities Manager or designee, within one (1) week of identification of any dying trees, shrubs etc., so appropriate action can be taken. Shrubs shall be trimmed as many times as may be necessary to maintain a sculptured appearance. Shrubs will be pruned with hand shears as needed to provide an informal shape, fullness, and blooms. Shrub pruning should be done consistently throughout each site for all shrub types that require pruning so that the landscape gives the appearance of continuity throughout the site. During October and April, ornamental grasses, such as Fountain, Sand Cordgrass, Muhly grass, Florida Gama, or Fakahatchee grass shall be pruned in a pyramid shape to a twelve-inch (12”) or twenty-four-inch (24”) height based upon the type of plant, but not when flowering. Ornamental grass such as Liriope Muscari and Flax Lilly shall only be pruned at the direction and approval of the Facilities Manager or designee. Shrubs and groundcovers adjacent to pathways or sidewalks shall be pruned to maintain clearance from the edge of the pathway. It is recommended that adjacent shrubs and groundcovers be maintained so that they angled or are rounded away from the pathway. Shrub/plant maintenance does not include the specialty plant beds located around the University Extension Office. Canopy Tree and Palm Pruning: Canopy Trees shall be defined as any large shrub, tree or palm with foliage above a ten-foot (10’) height. All canopy trees and palms shall be pruned to create and maintain a fifteen-foot (15’) canopy clearance over the roadways and parking lots and a ten-foot (10’) canopy clearance over all pathways. All palms/trees must be trimmed to maintain clearance over building roofs. Canopy trees shall be selectively in perpetuity to maintain a 10' height over walkways and 15' height over roadways and parking lots to thin the interior canopy of cross branching and to shape the canopy of the trees. A professional certified Arborist shall supervise the pruning and shaping and shall be approved by the Facilities Manager. The work shall be done in a professional manner in accordance with ANSI 300, Part 1, 2, & 3 Pruning Standards. Any damaged materials or any incorrect pruning shall result in replacement of that material at the expense of the Contractor. Additional trimming of individual trees, to maintain proper appearance or treating/trimming diseased areas, may be required at the discretion of the Facilities Manager or designee. Additional trimming can be contracted by any division with an appropriate Purchase Order. Additional charges must be approved in writing by the County designee, if trimming exceeds the allowed contracted heights. Pruning shall also include removal of water sprouts, suckers and any dead or diseased foliage or branches. There shall be no collar or stub cuts, gutting, topping or over lifting. Plant material with a canopy over pathways or sidewalks shall be maintained at a minimum height of one hundred twenty inches (120”) or ten feet (10’). The portion of the canopy that falls below the ten (10’) foot level falls under the “General Site Pruning” portion of the contract and shall be kept properly pruned. Contractor shall be responsible for maintenance of all palm species including all palm species identified as “self-cleaning”. All palm trees shall be annually trimmed during the month of May, in preparation of hurricane season beginning June 1, or as needed. Palms shall be “Tropical Cut” or to a nine (9) o’clock to three (3) o’clock angle from horizontal at the base of the palms’ buds or lowest fronds. The pruning of all palms shall include removal of all nuts, seed stalks, brown or dead and lower-hanging fronds of the palm. The work shall be done in a professional manner in accordance with accepted trade standards. Pruning in parking lots, when vehicles are present, shall be performed after hours or on weekends to prevent damage to vehicles. The palms shall not be climbed to remove the fronds and seed pods. No green palm fronds shall be removed. Access to the tree fronds shall be by ladder, boom truck or lift (vendor is required to provide their own equipment at no additional charge). All debris from the trimmings shall be removed and work site shall be left neat and clean. Tree/Palm trimming does not include the specialty plant beds located around the University Extension Office. All grass, tree, and shrub trimmings are to be immediately hauled off-site at the Contractor’s expense. The Facilities Manager or designee reserves the right to readdress this item after award of the Contract and after consultation with experts in the field. When the annual or bi-annual heavy pruning work is being performed with the use of a lift or boom truck, it is required that the adjacent traffic or turn lane to the work area, be closed pursuant to the County M.O.T. Policy. Road alerts to be submitted to the Growth Management Department. Mulching: Plant beds, jogging paths, parking lot heads, and all other mulched areas shall be mulched from October through January. The mulch product shall be “Pro-Euc” and shall be provided and distributed by the Contractor at no additional cost to the County. Before installation 16.C.2.b Packet Pg. 821 Attachment: 20-7685 Solicitation Grounds Maintenance_10-31-19 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" of mulch, a sample of the proposed product shall be submitted and approved by the Facilities Manager or designee. The area to receive the mulch shall be raked level to establish the proper finished grade and have all weeds removed prior to the placement of the mulch. Where applicable, beds shall be prepped prior to mulching so mulch allows percolation. Mulch will not be placed against the trunks of palms, trees and plants. Mulch shall be kept six (6) inches away from the trunk of the tree or palm. After application, mulch needs to be removed from impervious areas. The mulch shall be placed to provide a three-inch (3” +) non-compacted or unsettled depth measured from the existing soil grade. Mulching does not include the specialty plant beds located around the University Extension Office nor the interior of the Collier County Museum. Weeding: Weeding of all plant beds, mulched, and rock areas, including medians, shall be performed each service week to ensure a weed-free and visually well-maintained area. The Contractor shall remove all weeds by hand with or without using a chemical treatment. If chemicals are used, they shall be Roundup or equivalent around plants, etc., but to be used in such a manner as to not damage existing plant material. Contractor must remove all weeds from sodded/grass areas using appropriate method. Weeding does not include the specialty plant beds located around the University Extension Office nor the interior of the Collier County Museum. Pest Control: 1. It is required that the Contractor performing these services shall possess and provide the following to the Facilities Manager or designee if requested: a. Valid State of Florida Pesticide License that complies with all Federal, State (Chapter 482) and local laws and regulations. b. Current Contractor's Occupational License for Pest Control Service (if required by law). c. Certified Pest Control Operator on staff. 2. The Contractor shall provide an overall written pest and spray program that shall incorporate ant control and shall meet or exceed the following minimum standards: a. Describe procedures, methods and techniques that will enhance the environment. b. Provide the maximum protection for the health, safety and welfare of the public and environment. c. Provide MSDS Sheets for chemicals upon request. d. Provide signage where applicable. 3. The Contractor shall make on-site inspections and provide written reports to the Facilities Manager or designee as needed. 4. Methods of Application: One hundred percent (100%) coverage and penetration shall be provided. Insecticides and fungicides shall be applied at the proper pressure to provide maximum coverage. a. Insecticides should be alternated, as necessary, to prevent an insect resistance to the application. b. Herbicides used in turf areas shall be applied at the proper pressure. c. Turf herbicides shall not be applied when the daily temperature exceeds eighty-five (85) degrees Fahrenheit. d. Spreader sticker shall be incorporated in all spraying of groundcovers, shrubs, trees, palms, and turf areas when recommended by the label. e. Spray applications shall be applied during times of "No-Wind" conditions. f. No trucks or tractors with bar type tires or a gross weight greater than three thousand (3,000) pounds will be allowed within or on the median areas. g. All spray applications shall contain a wetting agent within the mix when recommended by the label. h. The pH of water used in mix must be adjusted to meet pesticides’ manufacturer recommendation and water pH and method must be documented for reproduction to the Facilities Manager or designee upon request. 5. Rate of Application: All chemicals shall be applied at the rates recommended on the manufacturer's labels. 6. Materials List: All insecticide, fungicide, and herbicide chemicals to be used on turf areas and on plant materials shall be submitted in writing to the Facilities Manager or designee 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. 7. Application Schedule: The number of applications shall be as listed below unless otherwise required based upon the site inspection reports. FeRROMEC AC 15-0-0 plus 3% sulfur to one and one-half (1 1/2) gallons of material per one hundred (100) gallons of water to be added with each application of insecticide, fungicide and herbicide. a. Turf Areas: Insecticides & Fungicides - Applications on an as needed basis. 16.C.2.b Packet Pg. 822 Attachment: 20-7685 Solicitation Grounds Maintenance_10-31-19 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" Herbicides - Application on an as needed basis, Post-emergent in November, January and March or on an as needed basis. b. Groundcovers, Shrubs and Trees: Insecticides & Fungicides - Applications on an as needed basis. c. Bed Areas: Herbicides – Applications on an as needed basis, Post-emergent in November, January and March or on an as needed basis. 8. Additional Requirements: Records must be kept of all pesticide applications. Documentation shall include but not limited to: date and time of application, weather conditions at time of application, what was applied and name of applier. When it becomes necessary for the Contractor to return for additional spraying as directed by the Facilities Manager or designee due to non-performance of a required application, such additional spraying shall be performed at no cost to the County. Overall ornamental and turf spraying of plants, shrubs, and grassed areas within areas is included in the Contract. Applications shall be made the day following a rain event when plant material is dry. 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. Fertilizers shall be removed from curbs and sidewalk areas to avoid staining. Applications shall be made to turf the day following irrigation or a rain event when grass blades are dry. In areas where applicable, immediately after the fertilizer is applied, the sprinklers shall be activated to provide 1/4" of water to the soil's surface and to dissolve water-soluble particles. Following this watering, the controls shall be returned to automatic mode. Fertilizers containing iron shall be removed from curbs to avoid staining. Fire ant mounds shall be treated during each service visit to the facility. Pest control does not include the specialty plant beds located around the University Extension Office nor the interior of the Collier County Museum. Fertilization: Unless specified otherwise for a certain site, the number of applications shall be based upon BMP (Best Management Practices). Apply fertilizer only if plants show signs of nutrient deficiencies and follow UF/IFAS recommendations and BMPs: • Use slow release fertilizers • No weed and feed or fertilizers containing insecticides shall be permitted. Soil tests shall be conducted in conjunction with the Collier County UF/IFAS Extension office at no additional cost to the County. Once the samples are analyzed, the fertilizer nutrient breakdown can be determined based on the nutrient deficiencies of the soil. All fertilizer shall be swept from sidewalks, driveways and curbs. All fertilizer applications shall be granular slow-release. Use of BMP for number of applications and rates is required. Palms and trees shall have a broadcast application of granular fertilizer as required (0-8 lbs.). No fertilizer rings around palms shall be permitted. Contractor shall adhere to the following guidelines. If the fertilizer contains less than 30% of its nitrogen in a slow release form, apply ½ pound of nitrogen per 1,000 square feet of lawn per application, according to labeling requirements. Nutrient deficiencies shall be treated with Fertilizer applications recommendations per Table 1 and 2, FYN Standards and/or per recommendation of soil testing agency such as the University of Florida Extension Agency. When it becomes necessary for the Contractor to return for additional application as directed by the Facilities Director or designee, due to non-performance of a required application, such shall be performed at no cost to the County. Nutrient deficiencies shall be treated with supplemental applications of the specific lacking nutrient according to UF/IFAS Extension recommendations. Fertilization does not include the specialty plant beds located around the University Extension Office nor the interior of the Collier County Museum. 16.C.2.b Packet Pg. 823 Attachment: 20-7685 Solicitation Grounds Maintenance_10-31-19 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" Fertilizing Palms: Landscaped areas within 30 feet or large established palms shall be fertilized with an 8-2-12-4 Mg with W, K and Mg being in slow release form. The fertilizer shall also contain 1-2 percent Fe and Manganese plus trace amounts of zinc (Zn), copper (Cu) and boron (B). Any product to be used near palms in landscaped areas shall be approved by the Contract Manager or Public Utilities’ Facility Site Manager before use. Irrigation Systems: The Contractor shall report any broken sprinkler system parts or damage to County property found immediately to the Facilities Manager or designee for repair. If the vendor is responsible for broken systems or parts, the vendor is required to repair the damage at no charge to the County. The contractor shall inspect and test rain shut-off devices and other components and zones in the irrigation system monthly and shall reset zone times accordingly. Minor adjustments and repairs such as head/emitter cleaning or replacement, filter cleaning, re-aiming of heads to keep water out of the street, small leaks, and minor timer adjustments shall be made by the Contractor, with the County paying for parts and labor. The contractor, shall in perpetuity, allow for the application of ½ inch – ¾ inch of water per irrigation cycle. During regular service times, the Contractor will note and report to the County any symptoms of inadequate or excessive irrigation, drainage problems, etc. Irrigation maintenance does not include the specialty plant beds located around the University Extension Office. Repairs or system service beyond the above scope will be charged to the County on a time and material basis for actual repairs only, not for the full monthly check if repairs are made at that time. The Contractor will notify the County of the nature of the problem before repairs are made. Trash Removal: With each service, all site areas shall be cleaned by removing all trash or debris to include, but not limited to: paper, bottles, cans, other trash, and horticultural debris. All debris or trash pickup shall be performed “prior” to mowing all turf areas. The disposal of all trash and debris must be at a proper landfill or disposal site at no additional cost to Collier County. Property Damage: Replacement of dead or injured plants due to Contractor negligence will be done without cost to the County. Miscellaneous Maintenance: Parking lots, driveways and medians must be inspected and cleaned of debris during a service week, by removing loose debris, such as glass, leaves, sticks, bottles, cans, paper, cigarette butts, etc. The area within two feet (2’) from the outside of the curb on all curbed areas and median islands shall be swept during service to remove any accumulation of debris and to maintain a neat and safe condition. Plant beds shall have leaves and debris raked as needed to maintain a neat appearance. Special care must be given to not dirty or damage any County or personal vehicle. All debris or trash pickup shall be performed “prior” to mowing all turf areas. The disposal of all trash and debris must be at a proper landfill or disposal site, no onsite trash dumping in County containers. Horticulture debris shall be removed from the County Museum (main campus) as needed during Complex site visits. Facilities’ Work Order System through Cityworks: Facilities Management utilizes a work order system Cityworks. Facilities Management will initiate work to be performed. Work orders will be submitted to the Contractor and must be performed within a seven (7) day time period, unless given further notice by Facilities. All work must be discussed and approved by the Facilities Manager or designee prior to work being performed. All work orders must be returned to the Facilities designee with an explanation of work performed. Locates required prior to work being performed if work is six (6) inches in depth. (This section is not to be confused with fiscal work orders.) Materials: Materials purchased shall be reimbursed at cost plus applicable mark-up. The Contractor shall provide documentation of the cost for materials (i.e., invoices) for all items with the extended price of five hundred ($500.00) or more. Projected Timetable: The Facilities Manager or designee will contact the Contractor and request a written quote to complete a specific job outside of monthly quoted landscape services. The Contractor shall respond by delivering to the Facilities Manager or designee a written quote which shall include the itemized cost to the County for all work (in accordance with current contract prices), and a specified length of time, in calendar days, needed to complete the work. The Facilities Manager or designee shall be in receipt of this proposal within three (3) business days of the original request. If the quote is accepted by the County, Facilities Management will give to the Contractor a “Notice to Proceed” which may be in the 16.C.2.b Packet Pg. 824 Attachment: 20-7685 Solicitation Grounds Maintenance_10-31-19 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" form of a formal letter, written email, a P.O., or a P.O. number if referencing a “blanket P.O.”. All County work above $5,000 will have a vendor supervisor on-site. All work under the $5,000 threshold shall have a vendor supervisor on-call. Contractor Performance Collier County’s Mission Statement is to “Exceed Customer’s Expectations”. At time of acceptance of the contract, the Contractor will assume this mission statement as an integral part of the contract and strive in every way possible to achieve this goal. The Contractor shall provide a phone list where the Project Manager or his designated representative can be contacted immediately in the event of unsatisfactory performance or in an emergency. The phone list shall include phone numbers where the Contractor can be reached during both business hours and non-business hours. The County shall be able to reach the Contractor at any time in case of an emergency. The County shall be considered a “prime contract” and all necessary resources shall be directed to this contract enabling the County to continue to function during any emergency or natural disaster. Provide, with your bid, a letter stating the above so the Facilities Management Division may include the letter in our Emergency Preparedness Binder. The Contractor is not allowed to employ illegal immigrants to perform grounds services or any other services in County facilities or in connection with the contract. Please provide, upon award of the contract, certification stating the above. The County has the right to review the supporting documentation and validate the certification. Vendor will provide this documentation to the County, free of charge, at the request of the County. Contractor’s Employees The Facilities Director or his designee reserves the right to prohibit, with or without cause at his sole discretion, any of the Contractor’s employees from performing services in County facilities or in connection with the contract. Due to the nature of activities conducted by the Collier County facilities, the County requires all background checks be performed prior to hiring of employees and conformance with Ordinance 2004-52, as amended. All employees working on County owned or leased property must be fingerprinted and issued a “special” badge prior to work. Background checks and fingerprinting shall be done by the Facilities Management Division and charged to the Contractor by the Facilities Management Division at the current State- mandated rate before the employee works on County property. Lost or stolen County issued ID cards must be reported to Facilities Management within twelve (12) hours. The current cost of fingerprinting is $40.00 (as of 2/12/16), this price is subject to change. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. Uniforms and Identification Badges: The Contractor’s employees shall be attired in distinctive, clean, and identifiable uniforms furnished by the Contractor. They shall be neat and clean in appearance. The uniform shall consist of a logo shirt and matching long pants. The contractor’s employees shall also wear an identification badge, provided by Collier County, in plain sight and at all times. Any employee found without a badge and full uniform will be sent home and the Contractor shall be fined $100 per day per incident. No employee or supervisor shall be allowed to work in a County facility without a proper uniform and a County identification badge. The front of the employee identification badge shall have the employee’s photo, the employee’s name and the Contractor’s company name. Response Times: On a twenty-four (24) hour basis, the Contractor may be required to travel to the site immediately with the Facilities Manager or designee to resolve any deficient work or an emergency. The Contractor shall respond to a cellular phone or email within one (1) hour. There shall be no additional charge for these responses. Work Quality: The Contractor will be expected to examine areas scheduled to receive the work under this agreement and locate conditions that will adversely affect the performance and quality of the work. The Contractor shall advise the Facilities Manager or designee of all such conditions and secure further directions from the Facilities Manager as required. Safety: All Contractors and subcontractors performing service for Collier County are required to and shall comply with all occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and 16.C.2.b Packet Pg. 825 Attachment: 20-7685 Solicitation Grounds Maintenance_10-31-19 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. The County will not be held liable for any vendor safety violations and/or liabilities. Material Safety Data Sheets (M.S.D.S.) are required. Protection of Property: The Contractor shall complete necessary work in such a manner that does not damage property. In the event damage occurs to property by reason of work performed, or lack thereof, under this Contract, the Contractor shall replace or repair the same at no cost to the County. If damage caused by the Contractor has to be repaired or replaced by the County, the cost of such work shall be deducted from the monies due the Contractor. Documentation: The Facilities Manager or designee shall have the authority to inspect the work site at any time during the performance of the service. Documentation of each job to be completed shall be provided by the Contractor to the Facilities Manager or designee in the form of digital documentation and/or photographs, etc., prior to the start and additionally at the completion of the service. Unsatisfactory Work: In the event the work performance of the Contractor is unsatisfactory, the Contractor will be notified by the County and be given three (3) calendar days to correct the work. There will be no cost to the County for re-works. Additions and Deletions of Sites: Addition or deletion of items, services, or locations may be added or deleted from this agreement upon satisfactory negotiation of price by the Facilities Manager or designee and Contractor. Warranty/Guarantee: Materials, replacement parts and fixtures shall be new and warranted for ninety (90) days. All labor for repairs shall have a ninety (90) day warranty. In addition to the ninety (90) days of “warranty” period, the contractor will be responsible to maintain what is considered satisfactory overall landscaping for the associated County sites. This contract includes the overall landscaping services including install, maintenance, fertilization, pest control, and irrigation. Should the contractor find issues they deem to be “out of their control”, such as no irrigation water coming onto a site or available, the Contractor shall be responsible to contact the Facilities Manager or their designee in writing to note and document the concern. As an example, should the Facilities Manager find a large area of grass dead for reasons other than abuse (such as driving over or totally removed or destroyed by another contractor), the Contractor shall be required to replace and mitigate the area. If these areas were pre-existing, the contractor needs note these areas, provide proposals to mitigate and document their submission to Facilities Management. Pre-approval is necessary for additional services. Qualifications/Requirements of Contractor Prior to commencement of this contract, the Contractor shall provide the number of employees presently employed and/or the number of the employees they plan to employ during the period of this contract. The Contractor shall provide a dedicated Site Foreman who shall visit all sites at least one (1) time each week, or bi-weekly as outlined by the frequency of service and month of the year. The Site Foreman shall be the immediate point of contact to the Facilities Manager or designee. The Site Foreman shall be the Contractor or an employee of the Contractor and shall maintain authority to act for the Contractor in performing the terms of this Contract. If the Site Foreman is someone other than the Contractor, the Facilities Manager or designee, prior to the start date of the Contract shall approve the Site Foreman. The Facilities Manager or designee reserves the right to remove a Site Foreman at their discretion. If the Site Foreman is removed by the Facilities Manager or designee, or by the Contractor, the Contractor, subject to approval of the Facilities Manager or designee, shall promptly appoint a replacement. The Contractor shall be accessible from 7:00 AM until 6:00 PM, Monday through Friday via cellular telephone or other means approved by the Facilities Manager or designee during the entire term of the Contract. Note: Documentation is required to be maintained by the vendor and available to the County upon request. Documentation is required to follow the Florida General Records Schedule for records retention requirements. Employee Qualifications: The Contractor shall employ people to work at all County facilities who are competent and physically capable of doing the work. Each employee shall be neat in appearance. The County requires the Contractor to remove, from the County work place, all Contractor employees if the Facilities Manager or designee requests a replacement. 16.C.2.b Packet Pg. 826 Attachment: 20-7685 Solicitation Grounds Maintenance_10-31-19 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" Permits, Licenses and Taxes: In accordance with Section 218.80 F. S., all fees, permits and licenses necessary for performance of the work shall be identified and obtained by the Contractor. All permit fees levied by Collier County shall be paid for by the using department, including, but not limited to Right-of-Way permits, if necessary. If Contractor performs any work without obtaining, or contrary to such permits or licenses, Contractor shall bear all costs arising there from. Equipment: Bidder shall own or lease and have in good repair all equipment necessary to perform the described services and the equipment necessary to complete related tasks for routine service at no additional charge to the County. Should “specialty equipment” be needed for non- routine work, the Contractor may rent equipment and charge back to the County “at cost”, with no markup. Equipment rentals must be approved prior to commencement of work and shown on all proposals. Materials: Costs for all materials necessary to complete a project shall be listed on the invoice. A breakdown of material shall be required, including documentation of costs, when such costs exceed five hundred dollars ($500.00). Miscellaneous items totaling $500.00 or less will not require documentation. Items under $500.00 will be labeled as “miscellaneous supplies”. Vendor Required Documents As a result of Collier County's substantial investment in the project’s landscaping, the responsive Bidder shall: 1. Provide a copy of Landscape Contractor’s and Irrigation or Unlimited Landscape Contractor’s License in Collier County. 2. Provide verification of current projects (within the last five (5) years and still current) in landscaping maintenance business with total asset value of at least $2 million, such documentation may include but not limited to: Name of project, project description with specified maintenance requirements, name and phone number of contact person for that project. This documentation may include but not limited to number of trees, type and size of trees and palms. Provided number of plant beds and groundcover by type and variety. 3. Provide documentation of minimum five (5) years prior experience in the landscape grounds maintenance within the South Florida roadways (to be defined as the following Counties: Collier, Lee, Broward, Miami-Dade and West Palm Beach). Such documentation may include but not limited to: a. Project description and work specifications b. Time of performance c. Names and telephone numbers of individual references familiar with Bidder’s project performance and area included in scope of work. d. Dollar amount of contract or project. 4. Provide a list of owned and/or leased equipment to include, but not limited to; date of manufacture, conditions, whether owned or leased and if leased, date of lease expiration. 5. Contractor to provide the name, IRS W-4 form and proof certification of the firm’s employee qualifying the firm as to meeting the Collier County’s Maintenance of Traffic policy requirements. The employees’ social security information can be blacked out or deleted from form. 6. Provide documentation of minimum of five (5) years’ experience in Operation of Rainbird Irrigation Control Systems. Documentation may include list of projects that were maintained with the Rainbird Irrigation Control System and must also include contract or project responsibilities and scope of work. 7. Provide proof of Maintenance of Traffic Certification and have at least five (5) years’ experience in setting up MOT. 8. Provide the following: a. Valid State of Florida Pesticide License that complies with all Federal, State (Chapter 482) and local laws and regulations. b. Bachelor’s degree in Ornamental Horticulture and/or Entomology or the equivalent practical experience approved by the Project Manager. c. Current Contractor's Occupational License for Pest Control Service. 9. Documentation of certified arborist on staff. *** Contractors shall adhere to Collier County MOT found at https://www.colliercountyfl.gov/home/showdocument?id=1574. (Copy link and insert into your browser.) *** All Material and equipment mark-ups will not exceed 30 percent. *** All Subcontractor mark-ups will not exceed 15 percent. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): 16.C.2.b Packet Pg. 827 Attachment: 20-7685 Solicitation Grounds Maintenance_10-31-19 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule) has been completed and attached. All applicable forms have been signed and included, along with licenses and other documents required above 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). The County requires that the vendor submits no fewer than three (3) completed reference forms from clients during the last five (5) years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using the Reference Form provided. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant work. 16.C.2.b Packet Pg. 828 Attachment: 20-7685 Solicitation Grounds Maintenance_10-31-19 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.c Packet Pg. 829 Attachment: 20-7685 A&M Property_Insurance_1-15-20 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 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 12/19/2019 Brown &Brown Of Florida,Inc. 1421 Pine Ridge Road Suite 2300 Naples FL 34109 Karin Staruch 239-261-5143 certs@bbswfla.com Southern-Owners Insurance Company 10190 148443 Owners Insurance Company 32700A&M Property Maintenance LLC 4396 Owens Way Ave Maria FL 34142 Westchester Fire Insurance Company 2138747335 B X 1,000,000 X 300,000 10,000 1,000,000 2,000,000 X Y 5209508201 12/16/2019 12/16/2020 2,000,000 B 1,000,000 X X X 5209508201 12/16/2019 12/16/2020 A X X 2,000,000520950820012/16/2019 12/16/2020 2,000,000 X 10,000 C Pollution Liability G70967285001 10/8/2019 10/8/2020 Aggregate $1,000,000 General Liability -Blanket Additional Insured Primary and Non Contributory only with respect to liability arising out of "your work"per form 55373 (1-07)when required by written contract,Waiver of Subrogation per form 55091 (05/09)when required by written contract. Automobile -Designated Insured per form 58504 (1-15),Waiver of Our Right to Recover Payments (Waiver of Subrogation)-Blanket when required by written contract per form 58583 (01-15). Collier County Board of County Commissioners,OR,Board of County Commissioners in Collier County,OR Collier County Government,OR,Collier County included as additional insured per forms above when required by a written contract.For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners 3295 Tamiami Trail E Naples FL 34112 16.C.2.c Packet Pg. 830 Attachment: 20-7685 A&M Property_Insurance_1-15-20 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and Agency Code Policy Number12-0233-00 184712-20095071 COMMERCIAL GENERAL LIABILITY 55373 (1-07) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 55373 (1-07)Copyright Insurance Services Office, Inc., 1984, 2003.Page 1 of 1 A.Under SECTION II - WHO IS AN INSURED, the following is added: A person or organization is an Additional Insured, only with respect to liability arising out of "your work" for that Additional Insured by or for you: 1.If required in a written contract or agreement; or 2.If required by an oral contract or agreement only if a Certificate of Insurance was issued prior to the loss indicating that the person or organiza- tion was an Additional Insured. B.Under SECTION III - LIMITS OF INSURANCE, the following is added: The limits of liability for the Additional Insured are those specified in the written contract or agreement between the insured and the owner, lessee or contractor or those specified in the Certificate of Insurance, if an oral contract or agreement, not to exceed the limits provided in this policy. These limits are inclusive of and not in addition to the limits of insurance shown in the Declarations. C.SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, is amended as follows: 1.The following provision is added to 4. Other Insurance: This insurance is primary for the Additional Insured, but only with respect to liability arising out of "your work" for that Additional Insured by or for you. Other insurance available to the Additional Insured will apply as excess insur- ance and not contribute as primary insurance to the insurance provided by this endorsement. 2.The following provision is added: Other Additional Insured Coverage Issued By Us If this policy provides coverage for the same loss to any Additional Insured specifically shown as an Additional Insured in another endorsement to this policy, our maximum limit of insurance under this endorsement and any other endorse- ment shall not exceed the limit of insurance in the written contract or agreement between the insured and the owner, lessee or contractor, or the limits provided in this policy, whichever is less. Our maximum limit of insurance arising out of an "occurrence", shall not exceed the limit of insurance shown in the Declarations, regard- less of the number of insureds or Additional Insureds. All other policy terms and conditions apply. 16.C.2.c Packet Pg. 831 Attachment: 20-7685 A&M Property_Insurance_1-15-20 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and Agency Code Policy Number12-0233-00 184712-20095071 1.EXTENDED WATERCRAFT LIABILITY Under SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions, g., exclusion (2) is deleted and is replaced by the following: (2)A watercraft you do not own that is: (a)Less than 50 feet long; and (b)Not being used to carry persons or property for a charge; 2.HIRED AUTO AND NON-OWNED AUTO LIABILITY Coverage for "bodily injury" and "property damage" liability provided under SECTION I COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, is extended as follows under this item, but only if you do not have any other insurance available to you which affords the same or similar coverage. Coverage We will pay those sums the insured becomes legally obligated to pay as damages because of "bodily injury" or "property damage" arising out of the main- tenance or use of an "auto": a.You do not own; b.Which is not registered in your name; or c.Which is not leased or rented to you for more than ninety consecutive days and which is used in your business. Exclusions With respect to only HIRED AUTO AND NON- OWNED AUTO LIABILITY, the exclusions which apply to SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, other than the Nuclear Energy Liability Exclusion Endorsement, do not apply. The following exclusions apply to this coverage: This coverage does not apply to: a."Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" resulting from the use of reasonable force to protect persons or property. b.Any obligation of the insured under a workers compensation, disability benefits or unemploy- ment compensation law or any similar law. c.(1)"Bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": (a)That are, or are contained in any property that is: 1)Being transported or towed by, handled or prepared for placement into or upon, or taken from the "auto"; 2)Otherwise in the course of transit by you or on your behalf; or This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY PLUS ENDORSEMENT COMMERCIAL GENERAL LIABILITY 55091 (10-08) Includes copyrighted material of Insurance Services Office, Inc., with its permission. 55091 (10-08)Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 1 of 7 16.C.2.c Packet Pg. 832 Attachment: 20-7685 A&M Property_Insurance_1-15-20 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and Agency Code Policy Number12-0233-00 184712-20095071 3)Being disposed of, stored, treated or processed into or upon the "auto"; (b)Before such "pollutants" or property con- taining "pollutants" are moved from the place they are accepted by you or anyone acting on your behalf for placement into or onto the "auto"; or (c)After such "pollutants" or property containing "pollutants" are removed from the "auto" to where they are delivered, disposed of or abandoned by you or anyone acting in your behalf. c. (1) (a) above does not apply to "pollu- tants" that are needed or result from the normal mechanical, electrical or hydraulic functioning of the "auto" or its parts, if the discharge, release, escape, seepage, migration or dispersal of such "pollutants" is directly from a part of the "auto" designed to hold, store, receive or dispose of such "pollutants" by the "auto" manufacturer. c. (1) (b) and c. (1) (c) above do not apply, if as a direct result of maintenance or use of the "auto", "pollutants" or property contain- ing "pollutants" which are not in or upon the "auto", are upset, overturned or damaged at any premises not owned by or leased to you. The discharge, release, escape, seepage, migration or dispersal of the "pollutants" must be directly caused by such upset, overturn or damage. (2)Any loss, cost or expense arising out of any: (a)Request, demand or order that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants"; or (b)Claim or "suit" by or on behalf of a gov- ernmental authority for damages be- cause of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of "pollutants". d."Bodily injury" or "property damage" however caused, arising directly or indirectly, out of: (1)War, including undeclared or civil war; (2)Warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any govern- ment, sovereign or other authority using military personnel or other agents; or (3)Insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. e."Bodily injury" or "property damage" for which the insured is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages: (1)Assumed in a contract or agreement that is an "insured contract", provided the "bodily injury" or "property damage" occurs subse- quent to the execution of the contract or agreement. However, if the insurance under this policy does not apply to the liability of the insured, it also does not apply to such liability assumed by the insured under an "insured contract". (2)That the insured would have in the absence of the contract or agreement. f."Property damage" to: (1)Property owned or being transported by, or rented or loaned to any insured; or (2)Property in the care, custody or control of any insured other than "property damage" to a residence or a private garage by a private passenger "auto" covered by this coverage. g."Bodily injury" to: (1)An "employee" of the insured arising out of and in the course of employment by the insured; or (2)The spouse, child, parent, brother or sister of that "employee" as a consequence of Paragraph (1) above. This exclusion applies: Includes copyrighted material of Insurance Services Office, Inc., with its permission. 55091 (10-08)Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 2 of 7 16.C.2.c Packet Pg. 833 Attachment: 20-7685 A&M Property_Insurance_1-15-20 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and Agency Code Policy Number12-0233-00 184712-20095071 (1)Whether the insured may be liable as an employer or in any other capacity; and (2)To any obligation to share damages with or repay someone else who must pay dam- ages because of the injury. This exclusion does not apply to: (1)Liability assumed by the insured under an "insured contract". (2)"Bodily injury" to any "employee" of the in- sured arising out of and in the course of his domestic employment by the insured unless benefits for such injury are in whole or in part either payable or required to be pro- vided under any workers compensation law. Who Is An Insured With respect to only this coverage, SECTION II - WHO IS AN INSURED, is deleted and replaced by the following: SECTION II - WHO IS AN INSURED Each of the following is an insured with respect to this coverage: a.You. b.Your partners if you are designated in the Declarations as a partnership or a joint venture. c.Your members if you are designated in the Declarations as a limited liability company. d.Your "executive officers" if you are designated in the Declarations as an organization other than a partnership, joint venture or limited liability company. e.Any person using the "auto" and any person or organization legally responsible for the use of an "auto" not owned by such person or organiza- tion, provided the actual use is with your permis- sion. None of the following is an insured: a.Any person engaged in the business of his or her employer with respect to "bodily injury" to any co-"employee" of such person injured in the course of employment. b.Any person using the "auto" and any person other than you, legally responsible for its use with respect to an "auto" owned or registered in the name of: (1)Such person; or (2)Any partner or "executive officer" of yours or a member of his or her household; or (3)Any "employee" or agent of yours who is granted an operating allowance of any sort for the use of such "auto". c.Any person while employed in or otherwise engaged in duties in connection with an "auto business", other than an "auto business" you operate. d.The owner or lessee (of whom you are a sub- lessee) of a hired "auto" or the owner of an "auto" you do not own or which is not registered in your name which is used in your business or any agent or employee of any such owner or lessee. e.Any person or organization with respect to the conduct of any current or past partnership or joint venture that is not shown as a Named Insured in the Declarations. Additional Definitions The following definition applies to only this coverage: "Auto business" means the business or occupation of selling, repairing, servicing, storing or parking "autos". Limits of Insurance With respect to only this coverage, SECTION III - LIMITS OF INSURANCE, is deleted and replaced by the following: SECTION III - LIMITS OF INSURANCE a.The Limits of Insurance shown in the Declara- tions and the rules below fix the most we will pay regardless of the number of: (1)Insureds; (2)Claims made or "suits" brought; or Includes copyrighted material of Insurance Services Office, Inc., with its permission. 55091 (10-08)Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 3 of 7 16.C.2.c Packet Pg. 834 Attachment: 20-7685 A&M Property_Insurance_1-15-20 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and Agency Code Policy Number12-0233-00 184712-20095071 (3)Persons or organizations making claims or bringing "suits". b.We will pay damages for "bodily injury" or "property damage" up to the limits of liability stated in the Declarations for this coverage. Such damages shall be paid as follows: (1)When Hired Auto and Non-Owned Auto Each Occurrence Limit is shown in the Declarations, such limit is the total amount of coverage and the most we will pay for all damages because of or arising out of all "bodily injury" and "property damage" in any one "occurrence". (2)When Bodily Injury Hired Auto and Non- Owned Auto Each Occurrence Limit and Property Damage Hired Auto and Non- Owned Auto Each Occurrence Limit are shown in the Declarations: (a)The limit shown for Bodily Injury Hired Auto and Non-Owned Auto Each Occur- rence is the total amount of coverage and the most we will pay for all dam- ages because of or arising out of all "bodily injury" in any one "occurrence". (b)The limit shown for Property Damage Hired Auto and Non-Owned Auto Each Occurrence is the total amount of cover- age and the most we will pay for all damages because of or arising out of all "property damage" in any one "occur- rence". 3.BROADENED SUPPLEMENTARY PAYMENTS Under SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, COVERAGE B. PERSONAL INJURY AND ADVERTISING INJURY LIABILITY and SUPPLEMENTARY PAYMENTS - COVERAGES A AND B: Paragraph 4., the amount we will pay for the actual loss of earnings is increased from $250 per day to $400 per day. 4.ADDITIONAL PRODUCTS-COMPLETED OPERATIONS AGGREGATE LIMIT If the endorsement, EXCLUSION - PRODUCTS COMPLETED OPERATIONS HAZARD, CG 21 04, is not attached to this policy, then the following is added to SECTION III - LIMITS OF INSURANCE: Commencing with the effective date of this policy, we will provide one additional Products-Completed Operations Aggregate Limit, for each annual period, equal to the amount of the Products-Completed Operations Aggregate Limit shown in the Declara- tions. The maximum Products-Completed Opera- tions Aggregate Limit for any annual period will be no more than two times the original Products- Completed Operations Aggregate Limit. 5.PERSONAL INJURY EXTENSION a.If the endorsement EXCLUSION - PERSONAL INJURY AND ADVERTISING INJURY, 55350, is attached to this policy, then this provision, 5. PERSONAL INJURY EXTENSION, does not apply. b.If the endorsement EXCLUSION - PERSONAL INJURY AND ADVERTISING INJURY, 55350, is not attached to this policy, then under SEC- TION V - DEFINITIONS, 15. "Personal injury" is deleted and replaced by the following: 15."Personal injury" means, other than "bodily injury", arising out of one or more of the following offenses: a.False arrest, detention or imprisonment; b.Malicious prosecution; c.The wrongful eviction from, wrongful entry into, or invasion of the right of private occupancy of a room, dwelling or premises that a person occupies by or on behalf of its owner, landlord or lessor; d.Oral or written publication of material that slanders or libels a person or or- ganization or disparages a person's or organization's goods, products or services; e.Oral or written publication of material that violates a person's right of privacy; or f.Discrimination, humiliation, sexual harassment and any violation of civil rights caused by such discrimination, humiliation or sexual harassment. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 55091 (10-08)Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 4 of 7 16.C.2.c Packet Pg. 835 Attachment: 20-7685 A&M Property_Insurance_1-15-20 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and Agency Code Policy Number12-0233-00 184712-20095071 6.BROADENED KNOWLEDGE OF OCCURRENCE Under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit, the follow- ing paragraph is added: Paragraphs a. and b. of this condition will not serve to deny any claim for failure to provide us with notice as soon as practicable after an "occurrence" or an offense which may result in a claim: a.If the notice of a new claim is given to your "employee"; and b.That "employee" fails to provide us with notice as soon as practicable. This exception shall not apply: a.To you; or b.To any officer, director, partner, risk manager or insurance manager of yours. 7.DAMAGE TO PREMISES RENTED TO YOU Under SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIA- BILITY, the last paragraph is deleted and replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or water damage to premises rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in 7. DAMAGE TO PREMISES RENTED TO YOU, a. Limits of Insurance. The following additional exclusions apply to "pro- perty damage" arising out of Water Damage to premises rented to you or temporarily occupied by you with permission of the owner: (1)"Property damage" to: (a)The interior of the premises caused by or resulting from rain or snow, whether driven by wind or not; or (b)Heating, air conditioning, plumbing or fire protection systems, or other equip- ment or appliances. (2)"Property damage" caused by or resulting from any of the following: (a)Mechanical breakdown, including bursting or rupture caused by cen- trifugal force; (b)Cracking, settling, expansion or shrinking; (c)Smoke or smog; (d)Birds, insects, rodents or other ani- mals; (e)Wear and tear; (f)Corrosion, rust, decay, fungus, dete- rioration, hidden or latent defect or any quality in property that causes such property to destroy or damage itself; or (g)Water that flows or leaks from any heating, air conditioning, plumbing or fire protection system caused by or resulting from freezing, unless: 1)You make a reasonable effort to maintain heat in the building or structure; or 2)You drain the equipment and shut off the water supply if the heat is not maintained. (3)"Property damage" caused directly or indirectly by any of the following: (a)Water that backs up from a drain or sewer; (b)Mud flow or mudslide; (c)Volcanic eruption, explosion or effusion; (d)Any earth movement, such as earth- quake, landslide, mine subsidence, earth sinking, earth rising or earth shifting; (e)Regardless of the cause, flood, surface water, waves, tides, tidal waves, storm surge, overflow of any body of water, or their spray, all whether wind driven or not; Includes copyrighted material of Insurance Services Office, Inc., with its permission. 55091 (10-08)Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 5 of 7 16.C.2.c Packet Pg. 836 Attachment: 20-7685 A&M Property_Insurance_1-15-20 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and Agency Code Policy Number12-0233-00 184712-20095071 (f)Water under the ground surface pressing on, or seeping or flowing through: 1)Walls, foundations, floors or paved surfaces; 2)Basements, whether paved or not; or 3)Doors, windows or other openings. (4)"Property damage" for which the insured is obligated to pay as damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the insured would have in the absence of this contract or agreement. a.Limits of Insurance With respect to this coverage only, under SECTION III - LIMITS OF INSURANCE, paragraph 6. is deleted and replaced by the following: 6.The most we will pay under Coverage A for damages because of "property damage" to premises rented to you or temporarily occupied by you with permission of the owner arising out of or caused by fire, lightning, explosion, smoke and water damage is the amount shown in the Declarations under Damage to Premises Rented to You. b.Under SECTION IV - COMMERCIAL GEN- ERAL LIABILITY CONDITIONS, 4. Other Insurance, paragraph b., the word fire is amended to include fire, lightning, explosion, smoke or water damage. 8.BLANKET ADDITIONAL INSURED - LESSOR OF LEASED EQUIPMENT a.SECTION II - WHO IS AN INSURED is amended to include as an additional insured any person or organization with whom you have agreed: (1)In a written contract or agreement, executed prior to loss, to name as an additional insured; or (2)In an oral contract or agreement, executed prior to loss, to name as an additional insured only if a Certificate of Insurance was issued prior to loss indicating that the person or organization was an additional insured but only with respect to liability for: (1)"Bodily injury"; (2)"Property damage"; (3)"Personal injury"; or (4)"Advertising injury" caused in whole or in part, by your maintenance, operation or use of equipment leased to you by such person or organization. b.With respect to the insurance afforded to an additional insured, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. c.The following is added to SECTION III - LIMITS OF INSURANCE: The Limits of Insurance for the additional in- sured are those specified in the written contract or agreement between the insured and the lessor, not to exceed the limits provided in this policy. These limits are inclusive of and not in addition to the Limits of Insurance shown in the Declarations. 9.BLANKET ADDITIONAL INSURED - MANAGERS OR LESSORS OF PREMISES a.SECTION II - WHO IS AN INSURED is amended to include as an additional insured any person or organization with whom you have agreed: (1)In a written contract or agreement, executed prior to loss, to name as an additional insured; or (2)In an oral contract or agreement, executed prior to loss, to name as an additional insured only if a Certificate of Insurance was issued prior to loss indicating that the person or organization was an additional insured but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 55091 (10-08)Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 6 of 7 16.C.2.c Packet Pg. 837 Attachment: 20-7685 A&M Property_Insurance_1-15-20 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and Agency Code Policy Number12-0233-00 184712-20095071 b.This provision is subject to the following addi- tional exclusions, applicable to this provision only: (1)Any "occurrence" which takes place after you cease to be a tenant in that premises. (2)Structural alterations, new constructions or demolition operations performed by or on behalf of the additional insured. c.The following is added to SECTION III - LIMITS OF INSURANCE: The Limits of Insurance for the additional in- sured are those specified in the written contract or agreement between the insured and the manager or lessor of the premises, not to exceed the limits provided in this policy. These limits are inclusive of and not in addition to the Limits of Insurance shown in the Declarations. 10.NEWLY FORMED OR ACQUIRED ORGANIZA- TIONS Under SECTION II - WHO IS AN INSURED, Para- graph 4. is deleted and replaced by the following: 4.Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a.Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; b.Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c.Coverage B does not apply to "personal injury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 11.BLANKET WAIVER OF SUBROGATION The following is added to SECTION IV - COMMER- CIAL GENERAL LIABILITY CONDITIONS, 8. Transfer Of Rights of Recovery Against Others To Us. When you have agreed to waive your right of subro- gation in a written contract, executed prior to loss, with any person or organization, we waive any right to recovery we may have against such person or organization because of payments we make for injury or damage arising out of your ongoing opera tions or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard". All other policy terms and conditions apply. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 55091 (10-08)Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 7 of 7 16.C.2.c Packet Pg. 838 Attachment: 20-7685 A&M Property_Insurance_1-15-20 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and Agency Code Policy Number12-0233-00 52-095-082-01 58504 (1-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE - BLANKET COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL AUTO POLICY SECTION II - COVERED AUTOS LIABILITY COVER- AGE is amended. The following provision is added. Any person or organization is an insured for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an insured under SECTION II - COVERED AUTOS LIABILITY COVER- AGE, A. COVERAGE, 1. Who Is An Insured. All other policy terms and conditions apply. 58504 (1-15)Includes copyrighted material of Insurance Services Office, Inc., with its permission.Page 1 of 1 58583 (1-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER PAYMENTS (WAIVER OF SUBROGATION) - BLANKET This endorsement modifies insurance provided under the following: COMMERCIAL AUTO POLICY SECTION V CONDITIONS, A. LOSS CONDITIONS is amended. 5. Our Right to Recover Payments is de- leted and replaced by the following condition. 5.Our Right to Recover Payments If we make a payment under this policy and the per- son to or for whom payment is made has a right to recover damages from another, we will be entitled to that right. That person shall do everything neces- sary to transfer that right to us and do nothing to prejudice it. However, we waive our right to recover payments made for bodily injury or property damage: a.Covered by the policy; and b.Arising out of the operation of autos covered by the policy, in accordance with the terms and conditions of a written contract between you and such person or entity only if such rights have been waived by the written con- tract prior to the accident or loss which caused the bodily injury or property damage. All other policy terms and conditions apply. 58583 (1-15)Includes copyrighted material of Insurance Services Office, Inc., with its permission.Page 1 of 1 16.C.2.c Packet Pg. 839 Attachment: 20-7685 A&M Property_Insurance_1-15-20 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.d Packet Pg. 840 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 841 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 842 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 843 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 844 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 845 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 846 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 847 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 848 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 849 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 850 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 851 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 852 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 853 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 854 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 855 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 856 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 857 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 858 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 859 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 860 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 861 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 862 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 863 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 864 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 865 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 866 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 867 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 868 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.d Packet Pg. 869 Attachment: 20-7685 A&MPropertyMaintenance_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 870 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 871 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 872 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 873 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 874 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 875 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 876 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 877 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 878 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 879 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 880 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 881 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 882 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 883 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 16.C.2.e Packet Pg. 884 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 885 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 886 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 887 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 888 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 889 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 890 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 891 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 892 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 893 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 894 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 895 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 896 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 897 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 898 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 899 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 900 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.e Packet Pg. 901 Attachment: 20-7685 CommercialLand-Trimac Outdoor_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds 01/17/2020 George A Zellner Co 4114 Sunbeam Road Suite 101 Jacksonville FL 32257- (904)356-1492 AmTrust North America Auto-Owners Insurance Company Markel Specialty Main Street America Commercial Landscape Professionals 10701 Hood Rd S Fleming Island FL 32003- J Fletcher Enterprises Inc. dba Trimac Outdoors 15954 40231 38970 13412 Certificates Desk certificates@zellnerinsurance.com (904)354-4328 X X X X 194622-78505946B 09/10/2019 09/10/2020 2,000,000 300,000 10,000 2,000,000 3,000,000 3,000,000 HNOA 2,000,000 X X X B1P6844PD 09/06/2019 09/06/2020 1,000,000X X X X X 5256570100B 10/21/2019 10/21/2020 1,000,000 1,000,000 X Y X AWC1125078A 03/20/2019 03/20/2020 X 1,000,000 1,000,000 1,000,000 Pollution Liability CPLMOL101438C 10/09/2019 10/09/2020 1,000,000 Collier County Board of County Commissioners, the certificate holder, is listed as additional insured with respects to general liability and auto liability if required by written contract. 30 day notice of cancellation except 10 days for non pay AI 030200 3295 Tamiami Trail East Naples FL 34112- Collier County Board of County Commissioners ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGG $JECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE 16.C.2.f Packet Pg. 902 Attachment: 20-7685 CommercialLand-TrimacOutdoor_Insurance_1-21-20 (11389 : Recommendation to approve ITB 20-7685 "Grounds 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 20-7685 16.C.2.g Packet Pg. 903 Attachment: 20-7685 Mainscape, Inc._Insurance_1-14-20 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 904 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 905 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 906 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 907 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 908 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 909 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 910 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 911 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 912 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 913 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 914 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 915 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 916 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.hPacket Pg. 917Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 918 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 919 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 920 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 921 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 922 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 923 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 924 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 925 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 926 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 927 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 928 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 929 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 930 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 931 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 932 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 933 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.h Packet Pg. 934 Attachment: 20-7685 Mainscape_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 11/26/2019 Brown & Brown of Florida, Inc. 14900 NW 79 Court Suite 200 Miami Lakes FL 33016 Julio Guerrero (305) 714-4400 (305) 714-4401 jguerrero@bbmia.com Superior Landscaping & Lawn PO Box 35-0095 Miami FL 33135 Hartford Accident and Indemnity Company 22357 Hartford Casualty Insurance Company 29424 FFVA Mutual Insurance Co.10385 Lloyd's 19/20 GL/AL/UM/WC A Y Y 21UENOL4176 12/01/2019 12/01/2020 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 A Y Y 21UENOL4176 12/01/2019 12/01/2020 1,000,000 B 10,000 21HHUOL4177 12/01/2019 12/01/2020 2,000,000 2,000,000 C N Y WC84000345042019A 12/01/2019 12/01/2020 1,000,000 1,000,000 1,000,000 D Professional Liability B0621PSUPE007320 12/06/2019 12/06/2020 Each claim 1,000,000 Aggregate 1,000,000 Certificate Holder is Additional Insured on a primary and non-contributory basis with regards to General Liability & Auto Liability when required by written contract. Waiver of subrogation applies to the Additional Insured with regards to General Liability, Auto Liability & Workers Compensation when required by written contract. Collier CountyBoard of CountyCommissioners 3295 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 16.C.2.i Packet Pg. 935 Attachment: 20-7685 Superior_Landscaping_Insurance_1-14-20 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and Superior Landscaping & LawnBrown & Brown of Florida, Inc. 25 Certificate of Liability Insurance: Notes Pollution Liability Company: Westchester Surplus Lines Ins. Co. Term: 12/6/19 - 12/6/20 Policy #G7091878A 002 Limit of Insurance: $1,000,000 Deductible: $10,000 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: 16.C.2.i Packet Pg. 936 Attachment: 20-7685 Superior_Landscaping_Insurance_1-14-20 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and 16.C.2.j Packet Pg. 937 Attachment: GFX Cease Services 09-2019 (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" and terminate existing ASSUMPTION AGREEMENT THIS ASSUMPTION AGREEMENT is made and entered into on this J_!)rd. of ,)l.<\\fil~ , 2019 by and between Green Effex, LLC, a Florida Limited Liability Company, ("Contract ') and Collier County, a political subdivision of the State of Florida ("County"). WHEREAS, on June 14, 2016 (Agenda Item No. 16.E.6) the County entered into Agreement #16-6555 with Hannula Landscaping & Irrigation, Inc. "Ground Maintenance for Facilities Management Division." A copy of the Agreement # 16-65 5 5 is attached hereto as Exhibit A, together with the First and Second Amendments and renewal, and is hereinafter referred to as "Agreement;" and WHEREAS, Green Effex, LLC. hereby represents to County that through an Asset Purchase Agreement, it is the successor in interest to and in relation to the Agreement; and WHEREAS, the parties wish to formalize Green Effex, LLC, assumption of rights and obligations under the Agreement effective as of the date first above written. NOW THEREFORE, IN CONSIDERATION of the mutual promises in this Assumption Agreement, and for other good and valuable consideration, the receipt and sufficiency of which are acknowledged by the parties, it is agreed as follows: 1. Green Effex, LLC accepts and assumes all rights, duties, benefits, and obligations of the Contractor under the Agreement, including all existing and future obligations to pay and perform under the Agreement. 2. Green Effex, LLC will promptly deliver to County evidence of insurance consistent with the Agreement. 3. Further supplements to, or modifications of, the Agreement shall be approved in writing by both parties. 4. Notices sent to Green Effex, LLC shall be directed to: Green Effex, LLC 4555 Radio Road Naples, Florida 34104 Main Phone: (239) 777-9008 Attention: Andrea K. Savoretti, Owner Email: andrea@greeneffex.com 5. The County hereby consents to Contractor's assumption of the Agreement to continue the services provided under Agreement #16-6555. No waivers of performance or extensions of time to perform are granted or authorized. Except as provided herein, all other terms and conditions of the Agreement remain in full force and effect. [19-PRC-03825/1454221/1] 16.C.2.k Packet Pg. 938 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds IN WITNESS WHEREOF, the undersigned have executed and delivered this Assumption Agreement effective as of the date first above written. Contractor's Witnesses: ~~ p ~ Print Name [ 19-PRC-03825/ 1454221/ l] 2 BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA GREEN EFFEX, LLC. By ;5&a-v~ ~4' ¥fU1t}LtdrJ ()Wll/t{:_ PrintName/T1tle Date: 01 /o 9 /1-g 7 J 16.C.2.k Packet Pg. 939 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds A G R E E M E N T 16-6555 Ground Maintenance for Facilities Management Division THIS AGREEMENT, made and entered into on this \L\±b day of :Ii>n<e.2 2016, by and between Hannula Landscaping & Irrigation, Inc., authorized to do business in the State of Florida, whose business address is 28131 Quails Nest Lane, Bonita Springs, FL 34135, (the "Contractor") and Collier County, a political subdivision of the State of Florida , (the "County"): W I T N E S S ET H: 1. AGREEMENT TERM. The Agreement shall be for a two (2) year period, commencing on Board Award Date and terminating two (2) years from that date or until all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed or terminated. 2. RENEWAL. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for three (3) additional one (1) year periods. The County shall give the Contractor · written notice of the County's intention to renew the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 3. STATEMENT OF WORK. The Contractor shall provide all necessary labor, tools, appliances, equipment, supplies and maintenance and any other necessary accessories or services to perform landscaping services as specified and in accordance with the terms and conditions of Invitation to Bid #16-6555, Exhibit A-Scope of Services, and Exhibit B -the Contractor's Bid Proposal (includes list of Site Locations) referred to herein and made an integral part of this Agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized . 4 . THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement the aggregate of the units actually ordered and furnished at the unit price, together with the cost of any other charges/fees utilizing the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon Page I of23 16.C.2.k Packet Pg. 940 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds approval by the Facilities Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act." 4.1 Price Methodology: Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification. Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Only a single lump sum quote is required, no itemized breakdown for the lump sum quote will be required for quoting or payment purposes. No time and material quotes will be accepted or required for quoting or payment. Actual invoices for materials, subcontractors, mark-ups, etc. will not be required for payment purposes, as the lump sum quote does not require a breakdown of the quote or supporting documentation. Timesheets and/or timecards will not be accepted or required for quoting or payment purposes to support labor hours, as they are not required for a lump sum quote. Time and Materials: the County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark-up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 4.2 Any County agency may purchase products and services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. Page2 of23 16.C.2.k Packet Pg. 941 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No mark-up shall be applied to these taxes or fees. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption# 85-8015966531C-2. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Hannula Landscaping & Irrigation, Inc. 28131 Quails Nest Lane, Bonita Springs, FL 34135 239/992-2210 Telephone; 239/498-6818 Fax Attention: Dale Hannula, President All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Procurement Services Division 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Director, Procurement Services Division Telephone: 239-252-8407 Facsimile: 239-252-6480 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 3 of23 ® 16.C.2.k Packet Pg. 942 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. With respect to this agreement, should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. With respect to a particular Project, termination shall be governed by the terms of the Purchase Order. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000.000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. Page4 of23 ® 16.C.2.k Packet Pg. 943 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds D. Pollution: Coverage shall have minimum limits of $1,000,000 Per Occurrence and shall be maintained by the Contractor. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Rene"'."al certificates shall be sent to the County ten (10) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten (10) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the: Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the : Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division. Page 5 of23 ® 16.C.2.k Packet Pg. 944 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Insurance Certificate, Exhibit A -Scope of Services, and Exhibit B - Contractor's bid proposal (includes list of site locations). 17. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 18. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part Ill, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 19. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119), including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: Page 6 of23 ® 16.C.2.k Packet Pg. 945 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 20. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful proposer. 21. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 22. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures and Section 4.1 of this Agreement. 23. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Page 7 of23 ® 16.C.2.k Packet Pg. 946 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 24. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 25. AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete the required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service delivery dates. 26. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the 1TB, the Contractor's Proposal, and/or the County's Board approved Executive Summary, this Agreement shall take precedence. 27. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 28. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. Page 8 of23 ® 16.C.2.k Packet Pg. 947 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. Secon Witness G;,N&: D ~ tType/print witness namet BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Hannula Landscaping & Irrigation, Inc. Contractor tType/print signature and tittet Page 9 of23 ® 16.C.2.k Packet Pg. 948 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds Exhibit A: Scope of Services While the County intends to use the Contractor awarded as a part of Agreement, the County reserves the right at any time to use other Contractors for the services described by requesting additional quotes or bids from other Contractors (per the Board's Procurement Ordinance). All routine maintenance work outlined in Scope of Work and Site Locations must be performed "in-house" with no subcontractors, except for fertilization and tree trimming if necessary, which shall still be considered part of theContractor's bid submission with no additional fees or costs. Additional services may be subcontracted as needed, but must be pre-approved by the Facilities Management designee and the proposal must clearly state the specific service and the Facilities Management designee (by name) who requested the service; Actual invoicing from the subcontractor shall be required as backup for the main contractor submittal to the County for invoicing purposes. The Contractor may be required to confirm to Facilities Management Division's Work Management procedures, such as utilizing the Division's work order forms, or future online work order system at no additional cost to the County. The frequency of routine service (mowing, edging, trees/shrubs/other plant material maintenance, weeding, pest control and other associated landscape maintenance services outlined under the scope) will be as follows: June-November (6 months)= Once a week December -May (6 months) = Once every other week Note: The Contractor may total the cost for the annual period and allocate the average on a monthly basis for billing purposes. If the monthly allocation billing method is used, then an attestation with list of services performed and locations with the dates of service per month will be required. Item #1, The Collier County Government Complex must be: • Completed in a maximum two consecutive day time frame for each frequency and on the same consistent days unless specific variances are approved in advance by the Facilities Manager or his designee (i.e., the site must be scheduled on two days of the week (Monday and Tuesday), and; o Note: Work is not to be scheduled on Board of County Commissioner meeting days. A calendar schedule will be provided. • Completed fully (all required services listed below throughout the entire site) on the same days of the week (i.e., Monday and Tuesday etc.) for each frequency, which may be either once a week or once every other week depending on the time of year. Full yearly schedules of proposed days for service will be submitted to the Facilities Manager or designee at the beginning of the contract and updated if there are any changes throughout the term(s) of the contract. Should the contractor not conduct Page 10 of23 ® 16.C.2.k Packet Pg. 949 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds the required service on the required days, as approved initially by Facilities Management, associated fines listed below (under tasks) may be assessed. Off Campus sites must be (Items 2-58, all sites other than item #1): • Completed in a one day time frame for each frequency and on the same consistent day unless specific variances are approved in advance by the Facilities Manager or designee (i.e., site #3 must be scheduled on a specific day of the week (Monday, Tuesday, Wed. etc.), and; • Completed fully (all required services listed below throughout the entire site) on that same day of the week (Monday, Tuesday, Wed. etc.) for each frequency, which as stated above may be either once a week or once every other week depending on the time of year. Sites: Exact locations of sites are listed on Exhibit B. Approximate Area: It was the Contractor's responsibility to measure the acreage of each site. The County will not accept requests for price increases due to the vendor not verifying the acreage and not being fully informed as to the scope of services required. All acreage includes the right-of-way beyond any sidewalk. Tasks Mowing: All turf, to include right-of-way, shall be mowed with mulching type mower equipment to eliminate the need to bag and transport grass clippings; should bagging be necessary, the bagged clippings shall be collected and removed at no additional cost to the County. Grass shall be cut at a height of three and one-half inches (3.5"). The number of cuttings may be modified by the Facilities Manager or designee at the County's discretion, requiring a negotiated cost change between the Facilities Manager or designee and the Contractor. The Contractor will clean all clippings from sidewalks, curbs, and roadways immediately after mowing and/or edging. The contractor will not sweep, blow or otherwise dispose of clippings in sewer drains. The Contractor shall use alternate mowing practices, patterns or equipment so as not to create wheel ruts or worn areas in the turf. Any areas of turf that become water soaked during the period of this Contract shall be mowed with twenty-one inch (21" +/-) diameter hand walk behind type mowers to prevent wheel ruts in the turf caused by heavier type self-propelled rider mowers. The Contractor shall be responsible for repairing any ruts caused by their mowers at no additional costs to the County. Median strips shall be mowed as needed for a well-maintained appearance as determined by the Facilities Manager or designee. The Contractor must inspect and empty all exterior trash containers on each visit to the facility to ensure a well-maintained appearance as determined by the Facilities Manager or designee. All horticulture Page 11 of23 ® 16.C.2.k Packet Pg. 950 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds debris shall be immediately removed from the site, including debris from the Collier County Museum and University Extension Office. Prior to mowing, blades shall be inspected to ensure that they are sharp and adjusted to assure a clean cut, and mowers checked for proper height of three and one half inches (3.5"). The usage of dull blades, demonstrated by clumps of grass left on turf, will result in a Deduction of $200.00 per site, per incident and will be notified in writing by the contract manager of such infraction. Edging: Mechanical edging on the turf shall be done with each mowing along all sidewalk edges, back of concrete curbs, around all plant beds, utility service boxes, sign posts, posts, valve boxes, sprinkler heads and all other areas deemed necessary by the Facilities Manager or designee. NO EDGING around trees or shrubs with a weed eater will be permitted. Grass root runners found in edged plant beds shall be removed. No chemicals shall be used for edging. All sidewalks, curbing or gutters including two feet (2') area from the face of the curb and sidewalk areas shall be cleaned during each service. No debris shall be left upon completion of work performed. All leaves, branches, and general debris shall be cleared from site(s). All sidewalks shall be blown clean, but no clippings or other debris shall be blown, or deposited on other adjacent property, accumulated on right-of-way areas, or disposed in sewer drains. Contractor may be fined for each individual area not cleared at a rate of $200 per site per incident, and will be notified in writing by the contract manager of such Infraction. Shrubs, Plants, Etc.: All groundcovers and shrubs shall be inspected and pruned during service weeks or on an as needed basis, so as to maintain the proper or required heights for visibility, vehicular movement purposes and desired shape or form as determined by the Facilities Manager or designee. Notification needs to be made to the Facilities Manager or designee, within one (1) week of identification of any dying trees, shrubs etc., so appropriate action can be taken. Shrubs shall be trimmed as many times as may be necessary to maintain a sculptured appearance. Shrubs will be pruned with hand shears as needed to provide an informal shape, fullness, and blooms. Shrub pruning should be done consistently throughout each site for all shrub types that require pruning so that the landscape gives the appearance of continuity throughout the site. During October and April, ornamental grasses, such as Fountain, Sand Cordgrass, Muhly grass, Florida Gama, or Fakahatchee grass shall be pruned in a pyramid shape to a twelve inch (12") or twenty-four inch (24") height based upon the type of plant, but not when flowering. Ornamental grass such as Liriope Muscari and Flax Lilly shall only be pruned at the direction and approval of the Facilities Manager or designee. Shrubs and groundcovers adjacent to pathways or sidewalks shall be pruned to maintain clearance from the edge of the pathway. It is recommended that adjacent shrubs and groundcovers be maintained so that they angled or are rounded away from the pathway. Page 12 of23 ® 16.C.2.k Packet Pg. 951 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds Canopy Tree and Palm Pruning: Canopy Trees shall be defined as any large shrub, tree or palm with foliage above a ten foot (10') height. All canopy trees and palms shall be pruned to create and maintain a fifteen foot (15') canopy clearance over the roadways and parking lots and a ten foot (10') canopy clearance over all pathways. Canopy trees shall be selectively in perpetuity to maintain a 1 O' height over walkways and 15' height over roadways and parking lots to thin the interior canopy of cross branching and to shape the canopy of the trees. A professional certified Arborist shall supervise the pruning and shaping and shall be approved by the Facilities Manager. The work shall be done in a professional manner in accordance with ANSI 300, Part 1, 2, & 3 Pruning Standards. Any damaged materials or any incorrect pruning shall result in replacement of that material at the expense of the Contractor. Additional trimming of individual trees, to maintain proper appearance or treating/trimming diseased areas, may be required at the discretion of the Facilities Manager or designee, additional charges must be approved in writing by the County designee, if trimming exceeds the allowed contracted heights. Pruning shall also include removal of water sprouts, suckers and any dead or diseased foliage or branches. There shall be no collar or stub cuts, gutting, topping or overlifting. Plant material with a canopy over pathways or sidewalks shall be maintained at a minimum height of one hundred twenty inches (120") or ten feet (10'). The portion of the canopy that falls below the ten (10') foot level falls under the "General Site Pruning" portion of the contract and shall be kept properly pruned. Contractor shall be responsible for maintenance of all palm species including all palm species identified as "self-cleaning". All palm trees shall be annually trimmed during the month of May, in preparation of hurricane season beginning June 1, or as needed. Palms shall be "Tropical Cut" or to a nine (9) o'clock to three (3) o'clock angle from horizontal at the base of the palms' buds or lowest fronds. The pruning of all palms shall include removal of all nuts, seed stalks, brown or dead and lower-hanging fronds of the palm. The work shall be done in a professional manner in accordance with accepted trade standards. Pruning in parking lots, when vehicles are present, shall be performed after hours or on weekends to prevent damage to vehicles. The palms shall not be climbed to remove the fronds and seed pods. No green palm fronds shall be removed. Access to the tree fronds shall be by ladder, boom truck or lift (vendor is required to provide their own equipment at no additional charge). All debris from the trimmings shall be removed and work site shall be left neat and clean. Work must be completed no later than June 1st or a two hundred fifty dollar ($250) fine will be imposed for each Palm tree not trimmed. Contractor will be notified in writing by the contract manager of such infraction. All grass, tree, and shrub trimmings are to be immediately hauled off-site at the Contractor's expense. The Facilities Manager or designee reserves the right to readdress this item after award of the Contract and after consultation with experts in the field. When the annual or bi-annual heavy pruning work is being performed with the use of a lift or boom truck, it is required that the adjacent traffic or turn lane to the work area, be closed Page 13 of23 16.C.2.k Packet Pg. 952 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds pursuant to the County M.0.T. Policy. Road alerts to be submitted to the Growth Management Department. Mulching: Plant beds, jogging paths, parking lot heads, and all other mulched areas shall be mulched from October through January. The mulch product shall be "Pro-Euc", and shall be provided and distributed by the Contractor at no additional cost to the County. Before installation of mulch, a sample of the proposed product shall be submitted and approved by the Facilities Manager or designee. The area to receive the mulch shall be raked level to establish the proper finished grade and have all weeds removed prior to the placement of the mulch. Where applicable, beds shall be prepped prior to mulching so mulch allows percolation. Mulch will not be placed against the trunks of palms, trees and plants. Mulch shall be kept six (6) inches away from the trunk of the tree or palm. After application, mulch needs to be removed from impervious areas. The mulch shall be placed to provide a three-inch (3"+) non-compacted or unsettled depth measured from the existing soil grade. If mulching is not completed by the end of January, a $250 fine will be imposed for each site. Weeding: Weeding of all plant beds, mulched, and rock areas, including medians, shall be performed each service week to ensure a weed-free and visually well-maintained area. The Contractor shall remove all weeds by hand with or without using a chemical treatment. If chemicals are used, they shall be Roundup or equivalent around plants, etc., but to be used in such a manner as to not damage existing plant material. Contractor must remove all weeds from sodded/grass areas using appropriate method. If weeds are not removed, a $100 fine will be imposed for each site. Pest Control: 1. It is required that the Contractor performing these services shall possess and provide the following to the Facilities Manager or designee if requested: a. Valid State of Florida Pesticide License that complies with all Federal, State (Chapter 482) and local laws and regulations. b. Current Contractor's Occupational License for Pest Control Service (if required by law). c. Certified Pest Control Operator on staff. 2. The Contractor shall provide an overall written pest and spray program that shall incorporate ant control and shall meet or exceed the following minimum standards: a. Describe procedures, methods and techniques that will enhance the environment. b. Provide the maximum protection for the health, safety and welfare of the public and environment. c. Provide MSDS Sheets for chemicals upon request. d. Provide signage where applicable. 3. The Contractor shall make on-site inspections and provide written reports to the Facilities Manager or designee as needed. Page 14 of23 16.C.2.k Packet Pg. 953 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds 4. Methods of Application: One hundred percent (100%) coverage and penetration shall be provided. Insecticides and fungicides shall be applied at the proper pressure to provide maximum coverage. a. Insecticides should be alternated, as necessary, to prevent an insect resistance to the application. b. Herbicides used in turf areas shall be applied at the proper pressure. c. Turf herbicides shall not be applied when the daily temperature exceeds eighty- five (85) degrees Fahrenheit. d. Spreader sticker shall be incorporated in all spraying of groundcovers, shrubs, trees, palms, and turf areas when recommended by the label. e. Spray applications shall be applied during times of "No-Wind" conditions. f. No trucks or tractors with bar type tires or a gross weight greater than three thousand (3,000) pounds will be allowed within or on the median areas. g. All spray applications shall contain a wetting agent within the mix when recommended by the label. h. The pH of water used in mix must be adjusted to meet pesticides' manufacturer recommendation and water pH and method must be documented for reproduction to the Facilities Manager or designee upon request. 5. Rate of Application: All chemicals shall be applied at the rates recommended on the manufacturer's labels. 6. Materials List: All insecticide, fungicide, and herbicide chemicals to be used on turf areas and on plant materials shall be submitted in writing to the Facilities Manager or designee 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. 7. Application Schedule: The number of applications shall be as listed below unless otherwise required based upon the site inspection reports. Ferrmec AC 15-0-0 plus 3% sulfur to one and one-half (1 1/2) gallons of material per one hundred (100) gallons of water to be added with each application of insecticide, fungicide and herbicide. a. Turf Areas: Insecticides & Fungicides -Applications on an as needed basis. Herbicides -Application on an as needed basis, Post-emergent in November, January and March or on an as needed basis. b. Groundcovers, Shrubs and Trees: Insecticides & Fungicides -Applications on an as needed basis. c. Bed Areas: Herbicides -Applications on an as needed basis, Post-emergent in November, January and March or on an as needed basis. 8. Additional Requirements: Records must be kept of all pesticide applications. Documentation shall include but not limited to: date and time of application, weather conditions at time of application, what was applied and name of applier. When it becomes necessary for the Contractor to return for additional spraying as directed by the Facilities Manager or designee due to non-performance of a required application, such additional spraying shall be performed at no cost to the County. Page 15 of23 16.C.2.k Packet Pg. 954 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds Overall ornamental and turf spraying of plants, shrubs, and grassed areas within areas is included in the Contract. Applications shall be made the day following a rain event when plant material is dry. 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. Fertilizers shall be removed from curbs and sidewalk areas to avoid staining. Applications shall be made to turf the day following irrigation or a rain event when grass blades are dry. In areas where applicable, immediately after the fertilizer is applied, the sprinklers shall be activated to provide 1/4" of water to the soil's surface and to dissolve water-soluble particles. Following this watering, the controls shall be returned to automatic mode. Fertilizers containing iron shall be removed from curbs to avoid staining. Fire ant mounds shall be treated during each service visit to the facility. Fertilization: The number of applications shall be based upon BMP. Apply Ferrmec AC 15-0-0 plus 6% iron at one-third (1/3) gallon of material per one hundred (100) gallons of water to be added with each application of insecticide, fungicide, and herbicide. All fertilizer applications shall be granular slow-release. Use of BP for number of applications and rates. Broadcast application -Palms and trees as needed as required (0- 8 lbs) as required by size -granular only. No rings around palms. When it becomes necessary for the Contractor to return for additional spraying as directed by the Facilities Director or designee, due to non-performance of a required application, such shall be performed at no cost to the County. Nutrient deficiencies shall be treated with supplemental applications of the specific lacking nutrient according to University of Florida Cooperative Extension recommendations. Irrigation Systems: The Contractor shall report any broken sprinkler system parts or damage to County property found immediately to the Facilities Manager or designee for repair. If the vendor is responsible for broken systems or parts, the vendor is required to repair the damage at no charge to the County. The contractor shall inspect and test rain shut-off devices and other components and zones in the irrigation system monthly and shall reset zone times accordingly. Minor adjustments and repairs such as head/emitter cleaning or replacement, filter cleaning, re- aiming of heads to keep water out of the street, small leaks, and minor timer adjustments shall be made by the Contractor, with the County paying for parts and labor. The contractor, shall in perpetuity, allow for the application of % inch -% inch of water per irrigation cycle. During regular service times, the Contractor will note and report to the County any symptoms of inadequate or excessive irrigation, drainage problems, etc. Irrigation maintenance does not include the specialty plant beds located around the University Extension Office. Page 16 of23 16.C.2.k Packet Pg. 955 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds Repairs or system service beyond the above scope will be charged to the County on a time and material basis for actual repairs only, not for the full monthly check if repairs are made at that time. The Contractor will notify the County of the nature of the problem before repairs are made. Trash Removal: With each service, all site areas shall be cleaned by removing all trash or debris to include, but not limited to: paper, bottles, cans, other trash, and horticultural debris. All debris or trash pickup shall be performed "prior'' to mowing all turf areas. The disposal of all trash and debris must be at a proper landfill or disposal site at no additional cost to Collier County. Property Damage: Replacement of dead or injured plants due to Contractor negligence will be done without cost to the County. Miscellaneous Maintenance: Parking lots, driveways and medians must be inspected and cleaned of debris during a service week, by removing loose debris, such as glass, leaves, sticks, bottles, cans, paper, cigarette butts, etc. The area within two feet (2') from the outside of the curb on all curbed areas and median islands shall be swept during service to remove any accumulation of debris and to maintain a neat and safe condition. Plant beds shall have leaves and debris raked as needed to maintain a neat appearance. Special care must be given to not dirty or damage any County or personal vehicle. All debris or trash pickup shall be performed "prior" to mowing all turf areas. The disposal of all trash and debris must be at a proper landfill or disposal site, no onsite trash dumping in County containers. Horticulture debris shall be removed from the County Museum (main campus) as needed during Complex site visits. Work Orders: Facilities Management utilizes a work order system (Archibus \ FM Studios). Facilities Management will initiate work to be performed. Work orders will be submitted to the Contractor and must be performed within a seven (7) day time period, unless given further notice by Facilities. All work must be discussed and approved by the Facilities Manager or designee prior to work being performed. All work orders must be returned to the Facilities designee with an explanation of work performed. Locates required prior to work being performed if work is six (6) inches in depth. Materials: If a time and materials quote is requested, materials purchased shall be reimbursed at cost plus applicable mark-up. The Contractor shall provide documentation of the cost for materials (i.e., invoices) for all items with the extended price of five hundred ($500.00) or more. Permits. Licenses and Taxes: In accordance with Section 218.80 F. S., all permits and licenses necessary for performance of the work shall be identified and obtained by the Contractor. All permit fees levied by Collier County shall be paid for by the using department/division. If Contractor Page 17 of23 ® 16.C.2.k Packet Pg. 956 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds performs any work without obtaining, or contrary to such permits or licenses, Contractor shall bear all costs arising there from. Equipment: If a time and materials quote is requested, the Contractor shall own or lease and have in good repair all equipment necessary to perform the described services in particular and the equipment necessary to complete related tasks for routine service at no additional charge to the County. Should "specialty equipment" be needed for non-routine work, the Contractor may rent equipment and charge back to the County "at cost", with no markup. Equipment rentals must be approved prior to commencement of work and shown on all proposals. Projected Timetable: The Facilities Manager or designee will contact the Contractor and request a written quote to complete a specific job outside of monthly quoted landscape services. The Contractor shall respond by delivering to the Facilities Manager or designee a written quote pursuant to the Price Methodology set forth in Section 4. 1 of the Agreement and a specified length of time, in calendar days, needed to complete the work. The Facilities Manager or designee shall be in receipt of this proposal within three (3) business days of the original request. If the quote is accepted by the County, Facilities Management will give to the Contractor a "Notice to Proceed" which may be in the form of a formal letter, written email, a P.O., or a P.O. number if referencing a "blanket P.O.". All County work above $5,000 will have a vendor supervisor on-site. All work under the $5,000 threshold shall have a (Contractor) supervisor on-call. Contractor Performance Collier County's Mission Statement is to "Exceed Customer's Expectations". At time of acceptance of the contract, the Contractor will assume this mission statement as an integral part of the contract and strive in every way possible to achieve this goal. The Contractor shall provide a phone list where the Project Manager or his designated representative can be contacted immediately in the event of unsatisfactory performance or in an emergency. The phone list shall include phone numbers where the Contractor can be reached during both business hours and non-business hours. The County shall be able to reach the Contractor at any time in case of an emergency. The County shall be considered a "prime contract" and all necessary resources shall be directed to this contract enabling the County to continue to function during any emergency or natural disaster. The Contractor is not allowed to employ illegal immigrants to perform grounds services or any other services in County facilities or in connection with the contract. Please provide, upon award of the contract, certification stating the above. The County has the right to review the supporting documentation and validate the certification. Vendor will provide this documentation to the County, free of charge, at the request of the County. Page 18 of23 CID 16.C.2.k Packet Pg. 957 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds Non-Performance: In the event the Contractor fails to perform any required service within the time schedule under this contract, the County reserves the right to obtain substitute performance. Further, the County reserves the right to deduct the cost of such performance, per occurrence, from the Contractor's monthly payments according to the following penalization rate schedule when non-compliance occurs. Contractor will be notified in writing by the contract manager of such infraction. $200/day per site $100/da er site $100/da er site $100/da $200/da $250/site $250/tree $200/da er site The Contractor may be exempt from this provision if the Facilities Manager or designee grants such exemption, in writing, prior to any delays caused by the County, or as a result of an Act of Nature. It is the County's intent to have all tasks performed satisfactorily and completed in accordance with the specifications and frequencies set forth under the contract. It is important that the Contractor perform all tasks as prescribed. If any tasks are omitted or not performed satisfactorily and completely and with the frequency designated by the contract, the entire affected area as defined solely by the Facilities Manager or designee shall be found to be a non-performance area and the Deductions shall be utilized. The Deduction Schedule (see above) shall be used by the County in determining deductions for non-performance or deficiencies in work performed. These Deductions may be used (as distinguished from an estimate based on the Contractor's quoted price or cost) to determine the monetary amount that the County may deduct or recover from the Contractor under this agreement for failure to perform in accordance with the contract specifications. A set amount determined, in accordance with the above Deduction Schedule, by the Facilities Manager or designee may also be used, one hundred dollars ($100.00) to two hundred fifty dollars ($250.00) per occurrence, per day, plus actual cost to correct violation. The County has the right to deduct from the Contractor's monthly invoice for non-performance or deficiencies using the Deduction Schedule regardless of whether the County has the deficient work completed using other personnel. Contractor will be notified in writing by the Facilities Manager or designee of such infraction. Page 19 of23 CID 16.C.2.k Packet Pg. 958 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds Site Locations Approximate Area: It was the Contractors responsibility to measure the acreage at the time the Contractor provided the proposal. The County will not accept requests for price increases due to the Contractor not verifying the acreage and not being fully informed as to the scope of services required. All acreage includes the right-of-way beyond any sidewalk. The locations for each area are set forth in Exhibit B. Notes: • Main Government Complex -excludes the interior grounds of the Collier County Main Campus Museum. • The Old Golden Gate Branch Library is herein referred to as the Golden Gate Senior Center located at 4898 Coronado Parkway, Naples, FL. • Marco Island Tax Collector's is located at 1040 Winterberry, Marco Island, FL. o lmmokalee Emergency Services Center and Rear Field is located at 106-112 South First Street, lmmokalee, FL • University Extension Office -does not include specialty plant beds surrounding the building. • lmmokalee Domestic Animal Services is located at 405 Stockade Road, lmmokalee, FL. • Supervisor of Elections Building is located at 3750 Enterprise Ave, Naples, FL and is included in this Agreement. • EMS #90 located at 175 Isles of Capri, Isles of Capri, FL was removed from this Agreement. • Property Appraiser is now located at 3950 Radio Road, Naples, FL. • 1800/1812 Danford St (duplex) located at 1800/1812 Danford St, Naples, FL is included in this Agreement. • EMS #76 located at 790 Logan Blvd N, Naples, FL is included in this Agreement. • CCSO SGU / EMS #21 located at 11121 Tamiami Trail E, Naples, FL is included in this Agreement. • Van Buren Vacant Lot located at 2605 Van Buren, Naples, FL is not included in this Agreement and may be added at a later time. Reporting to Sites: Prior to the start of work, the Contractor will report to the office on site unless otherwise directed. Upon arriving at a job site, the service provider shall immediately survey the area to remove all litter, glass, rocks, dead foliage, metal, branches, palm fronds or other debris subject to becoming a projectile if engaged by a mower. Page20 of23 ® 16.C.2.k Packet Pg. 959 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds Exhibit B Contractor's Bid Proposal tt~nnula :~ndscaplng and . ·1rrigatton; Ille~ · Item # Location. Add,,..:\ < ,onthlyqp,t · .Annua1,cost . : ' : \ .. ..· Section 1: Routine Sites 1 Main Government Complex 2 Naples Regional Library 3 Vanderbilt Branch Library & Nature Areas 4 Golden Gate Senior Center 5 Golden Gate Library 6 Marco Island Branch Library 7 Golden Gate Estates Branch Library 8 East Naples Branch Library 9 lmmokalee Branch Librarv 10 Headquarters Library 11 South Regional Library 12 GMO-P&R 13 GMD-C&M 14 CID Building 15 CCSO Special Ops 16 Supervisor of Elections 17 Golden Gate Emergency Services Center 18 Golden Gate Government Center 19 Golden Gate Sheriff's Substation 20 North Naples Emergency Services Center 21 North Naples Government Center 22 Harbor Road Site (two areas) 23 Rosemary Cemetery 3335 Tamiami Trail E $ 16,500.00 $ 650 Central Avenue 788 Vanderbilt Beach Road 4898 Coronado Parkway 2432 Lucerne Road 210 S Heathwood, Ml 1266 Golden Gate Parkway 8787 Tamiami Trail E 417 N 1st St 2385 Orange Blossom Dr 8065 Lely Cultural Pkwy $ $ $ $ $ $ $ $ $ $ 2800 Horseshoe $ N 2885 Horseshoe $ s 2373 Horseshoe $ E 250 Patriot Way $ 3750 Enterprise $ Ave 4741 Golden $ Gate Pkwv 4715 Golden $ Gate Pkwy 4707 Golden $ Gate Pkwy 776 Vanderbilt $ Beach Rd 2335 Orange $ Blossom Dr Parcel $ #70920600002 1000 Pine Ridge $ Road 850.00 $ 750.00 $ 525.00 $ 500.00 $ 725.00 $ 750.00 $ 550.00 $ 650.00 $ 1,150.00 $ 950.00 $ 900.00 $ 900.00 $ 900.00 $ 650.00 $ 950.00 $ 520.00 $ 475.00 $ 525.00 $ 750.00 $ 650.00 $ 400.00 $ 375.00 $ 198,000.00 10,200.00 9,000.00 6,300.00 6,000.00 8,700.00 9,000.00 6,600.00 7,800.00 13,800.00 11,400.00 10,800.00 10,800.00 10,800.00 7,800.00 11,400.00 6,240.00 5,700.00 6,300.00 9,000.00 7,800.00 4,800.00 4,500.00 ~--·~------------__,.___ _____ _.._ _____ .,__ _____ __, Page21 of23 16.C.2.k Packet Pg. 960 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds 24 Naples Depot 1051 5th Ave S $ 750.00 $ 9,000.00 25 EMS #3 -MedFliaht 2375 Tower Drive $ 425.00 $ 5,100.00 26 EMS #10 14756 $ 425.00 $ 5,100.00 lmmokalee Rd - 27 EMS #24 2795 Airport Rd $ 625.00 $ 7,500.00 N 28 EMS #71 9513th St SW $ 525.00 $ 6,300.00 29 EMS#75 4590 Santa $ 650.00 $ 7,800.00 Barbara 30 Everglades Museum 105 Broadway $ 525.00 $ 6,300.00 AveW 31 Everglades Sheriffs Substation 32020 Tamiami $ 450.00 $ 5,400.00 Trail E 32 Marco Island Historical Museum 180 s. $ 950.00 $ 11,400.00 Heathwood, Ml 33 Marco Island Sheriff Substation 990 Barfield Dr N $ 525.00 $ 6,300.00 34 Marco Island Tax Collector 1040 Winterberrv $ 450.00 $ 5,400.00 35 Road & BridQe 4800 Davis Blvd $ 750.00 $ 9,000.00 36 Motor Vehicle Building 725 Airport Rd N $ 850.00 $ 10,200.00 37 Property Appraiser 3950 Radio Road $ 1,150.00 $ 13,800.00 38 Fleet Management 2901 County $ 880.00 $ 10,560.00 Barn 39 CCSO Fleet 2885 County $ 780.00 $ 9,360.00 Barn 40 Domestic Animal Services 7610 Davis Blvd $ 850.00 $ 10,200.00 41 Cat Facility (Radio Road) 8300 Radio Road $ 750.00 $ 9,000.00 42 Emergency Services Center 8075 Lely $ 850.00 $ 10,200.00 Cultural Blvd 43 lmmokalee Government Center 106 S 1st St $ 650.00 $ 7,800.00 44 lmmokalee Emergency Services Center 112 S 1st St $ 550.00 $ 6,600.00 & Rear Field 45 Roberts Ranch and Grove Area 1215 Roberts $ 1,150.00 $ 13,800.00 AveW 46 lmmokalee Health Services & Rear 419 N 1st St $ 675.00 $ 8,100.00 Area 47 University Extension Office 14700 $ 950.00 $ 11,400.00 lmmokalee Road 48 lmmokalee Domestic Animal Services 405 Sgt Joe $ 550.00 $ 6,600.00 Jones Road 49 lmmokalee Code Enforcement 31 O Alachua St $ 550.00 $ 6,600.00 50 lmmokalee Jail (perimeter only) Sgt Joe Jones $ 525.00 $ 6,300.00 Road 51 lmmokalee Vacant Lot (next to $ 250.00 $ 3,000.00 EMS/SO) 52 1973 Bav Street 1973 Bay Street $ 250.00 $ 3,000.00 53 2015 Bay Street 2015 Bay Street $ 250.00 $ 3,000.00 54 Bay Street -Vacant lot 1987/2001 Bay $ 250.00 $ 3,000.00 St 55 21 Street House 790 21st St N $ 350.00 $ 4,200.00 56 1800/1812 Danford St (duplex) 1800/1812 $ 425.00 $ 5,100.00 Danford St 57 Ochopee Fire 40808 Tamiami $ 350.00 $ 4,200.00 Trail E Page22 of23 ® 16.C.2.k Packet Pg. 961 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds 58 EMS #76 790 Logan Blvd $ 550.00 $ 6,600.00 N 59 CCSO SGU/EMS #21 11121 Tamiami $ 780.00 $ 9,360.00 Trail E ROUTINE SITES ;TOTAL ,,, },', .. ~. ' ::;, ':.: ;,:: s:· :,54,110 00 : ' :~,-.· ,. •. -., . . .. ,;$ · 649.320.00 Section 2: Hourly Rates/Markups -This section only applies to additional services (Item 60-66). When obtaining quotes / proposals for additional services the rates in Section 2 herein may be used; however, the rates will only be required if a time and materials quotation is requested. Compliance to this schedule will not be required in the event a lump sum quote is requested and accepted. lttlm D~scnption · ," i,, , .Unit of·.· Subtotal :# · .. · ' ' ,··.: '. '. •. . Mf111UI'$ 60 Mark-up on cost of all landscape plant materials % over cost 25% 61 Mark-up cost of non-plant materials (such as irrigation % over cost 25% parts and controls, etc.) 62 Mark-up of subcontractor costs % over cost 15% 63 Hourly rate -Supervisor per hour $ 65.00 64 Hourly rate -Irrigation Supervisor per hour $ 65.00 65 Hourly rate -Installation Supervisor per hour $ 65.00 66 Hourlv rate -Worker per hour $ 55.00 Page23 of23 ® 16.C.2.k Packet Pg. 962 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds FrRST AMENI>Ml~NT TO AGREEMENT #16-6555 FOR GROUNI> MAINTENANCI~ FOR FACILITms MANAGEMENT DIVISION THIS AMENDMli:NT, made and entered into on this 71ft day of 1.>.f/r{!/,(}!i/l 2018, by uncl between Hannuln Landscaping & ll'rigation, Inc., authorized to do business in the State of Florida, whose business address is 7050 Pennsylvania Street, Fort Myers, Florida 33912 (the 11 Contrnctor 11 ) and Collie,· County, a political subdivision of the State of Florida, (the "County" or "Ovmcr"): WHEREAS, on June 14, 2016 (Agenda Item 16.E.6), the County entered into an Agreement with Contractor to maintain Collier County Sites for grounds maintenance and landscaping with an expected annual cost of $650,000; WHEREAS, the parties desire to amend the Agreement to I) replace Exhibit B in its entirety to reflect the removal and/or addition of site locations previously and administratively approved with a total increase of $16,800 annually and 2) to change Exhibit B title from Contractor's Biel Proposal to Site Locations. NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, it is agreed by the parties as follows: 1. The foregoing Recitals are trnc and correct and arc incorporated by reference herein. 2. Exhibil B is hereby replaced in its entirety. 3. Except as modified by this extension, all other terms and conditions or the Agreement shall remain the same. .. SIGNATURE PAGE TO FOLLOW **Remainder of this page left blank intentionnlly** ( Page I of4 16.C.2.k Packet Pg. 963 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds IN WITNI~SS w11gn.E<W, the parties hereto, have ench, respectively, by an authorized person or agent, have executed this Amendment on the date and year first written above. CONTRACTOR HANNULA LANDSCAPING & IRRIGATION, INC. D0\s f: ~N/Jvv\ ~ 020;Jt>,Ji~ tType/print signatmc nncl titlct -S:r±eom ~CK ?j J/Ji ' "J. DI~ Date Page 2 of4 BOARD OF COUNTY COMMISSIONI~RS COLLIIm. COUNTY, FLORIDA Cf-7 ·-5<0/(' Date 16.C.2.k Packet Pg. 964 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds I , Exhibit B SITE LOCATIONS Hannula Landscaping and Irrigation, Inc. ~-l······· . Item # ------· --Locati on -·------Address·--+--IVl-o_n_tl __ 1l_y _C_o_st~-J:\n11uaf Cost- -----~"--- Section 1: Routine Sites ----------------- 1 Main_ Government_ C omplex _ 3335 Tami§!llll IE9 il E JlL J6.1500.00 ]i 19_~1_QQ_O.OO _ 2 -------Na~s Regional Lib rary _____ 650 Central Avenue $ 850.00 $ 10,200.00 3 Vanderbilt Branch Li brary & Nature 788 Vanderbilt Beach $ 750.00 $ 9,000.00 Areas Road ~----- -Golden Gate Seni<:i"r 4 $ 6,300.00 -----~--~--------------+------ 4898 Coronado $ 525.00 Center 5 ---- 6 7 ----------------------- Golden Gate Library __ __ _ Parkway ____________ ------+---- 2432 Lucerne Road j __ _ 50Q.QQ _m_ ______ §,QOCLOO Marco Island Brancl Golden Gate Estate 1 Library __ s Branch ~10 S Heathwood, Ml $ ________ 725.00 $ 8 700.00 1266 Golden Gate $ 750.00 $ 9,000.00 _ Library ____________ _ Parl<way ___ _ 8 ----- 9 10 ------ 11 ~------ 12 13 14 15 --------· 16 ----- 17 --------- 18 .19 20 21 ----_g_? 23 24 ---·-·------ 25 --- 26 27 --- 28 29 ----- 30 31 ~.? __ 33 East Naples Branch lmmokalee Branch Library ________ 8787 Tamiami Trail E $ 550.00 _$____ 6,600.00 ~ary_ 417 N 1st St . JjL __ 6_5_0._00_,JL __ 7~,8_0_0_.o_o_ Headquarters Librar y 2385 Orange Blossom $ 1,150.00 $ 13,800.00 Dr South Regional Libr ary 8065 Lely Cultural $ 950.00 $ 11,400.00 ------~------------____ ___,Pkwy __ _ GMD -P&R ---------___________ 2800 Horseshoe N j 900.00 $ ____ 10,800.00 GMD-C&M --·-2885 Horseshoe S $ 900.00 $ 10,800.00 ----------1-----------'--'-'---'----'-_;_;_ ___ ,_____,__ ___ _;__:_-------l CID Building _____ 2373 Horseshoe E j _ 900.00 JL_ 10,800.00 CCSO ~pecial Ops 250 Patriot Way $ 650.00 __ $ _____ 7,800.00 Supervisor of !=lecti ans ______ 3750 Enterprise Ave $ _____ g§0.00 ___ $ ____ 11,400.00 Golden Gale Emerg ency Services 4741 Golden Gate $ 520.00 $ 6,240.00 Center --------------___ pls__wy Golden Gate Gover nment Center 4715 Golden Gate $ 475.00 $ 5,700.00 Golden Gate Sheriff ------~----------·-----------------1-·------------ 's Substation 4707 Golden Gate $ 525.00 6,300.00 --·--------·----------·--Pl<WL __ ---------·-. ---------------·------------•--------------------·-· gency Services 776 Vanderbilt Beach $ 750.00 $ North Naples Erner 9,000.00 Center Rd -----------------------------------------------·----- North Naples Gover nment Center 2335 Orange Blossom $ 650.00 $ 7,800.00 Dr ------------ Harbor Road Site (l Rosemary Cemet~r wo areas) __ 3-[Y __ Parcel #70920600002 $ 400.00 __ -$-----4,800.00- 1QQQEin~ Ridgel30 9_d_ $ 3i'5._0_0 _ $ 4,§QQ'.Q_Q __ Naples Dep-0t _ EMS#3 -MedFligll! _________ 1 1051 5th Ave S $ 750.00 $ ---~000.00 _ ?375 Tow~r.R!IYE3 :i;_ _ _125.0Q j___ 5, 100.QQ EMS #10 14756 lmmol<alee Rd $ 425.00 $ 5,100.00 ------------ EMS #24 ---------__ 2795 A_l!port Rd N _ --$ _ __ !i?:§,QQ_ _ $ _ __L500.00 __ EMS #71 -------------95 13th St SW $ ___ _§25.00_ Jl _____ 6,300.00 EMS #75 -----------· ------- Everglades Museun 4590 Santa Barbara $ 650.00 $ __ __ 7 L800.00 _ 1 __ 105 Broadway Ave W _ $ ____ --525:oo $ _ _ 6,300.00 _ Ev~lades Sheriff's _§~1bstc1tion 32020 Tamiami Trail E _ $ 450.00 _ $ __ __ 5,400.00 Marco Island Histori cal Museum 180 S. Heathwood, Ml $ __ 950.00 ___ $ __ __ 11.1400.00 __ _ Marco Island Sheriff ·--------~--~·--------·--··------__ SL_1bs_tati<:>11 990 Barfield Dr N ____ $ ___ 525.00 _ $ ______ 6 1~00.00 34 Marco Island Tax C o_lle_c_to_r ____ 1040 WinterQE}f[Y $ ___ 1§_Q~Q ___ ~--.§AOQ.QQ __ _ Page 3 of 4 16.C.2.k Packet Pg. 965 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds ,~§ Road & Bridge __ -=-~~---------4800 Davis Blvd __ -~-:$ -----750.00 ____ $ 9,000.00 36 ___ Motor Vehicle Building 725 AirportRd N ___ $ ~50.00 $ __ 10,200.00 37 _property Appraiser _____ __ 3950 Radio Road $ 1,150.00 $ 13 800.00 38 Fleet Management _________ 2901_ County Barn__ _ l 880.00 $ 10,560.00 39 CCSO Fleet _________________ 2885 County Barn $ 780.00 _1___~~60.00_ 40 Domestic Animal Services 761 O Davis Blvd $ _ 850.00 $ 10,200.00 41 Cat_Facility ~dio Road) --8300 Radio Road j[_-___ 750.00 -$ ---9 000.00 ·· 42 En,ergency Services Center_ 8075 Lely Cultural Blvd $ 9_!?_iiQQ_ $ _ 10J200.00_ 43 lmmol<alee Government Center 106 S 1st St $ 650.00 $ ______ 7,800.00 44 immol<alee ErnergenciServTces-·112 S 1st St $ 550.00 $ 6,600.00 Center & Rear Field 45 Roberts Ranch and Grove Area 1215 Roberts Ave W j __ 1]50.00 __ l __ 13,800.00 --- 46 --irrunol<alee Health Services & Rear 419 N 1st St ---------$ 675.00 $ 8,100.00 Area University Extension Office 14700 lmmol<alee Road 950.00 $ 48 _______ immol<-alee-Domestic A-nimal 405SgTJoe.Jones _ $ ____ 550.00 ___ $ Services Road 11,400.00 6,600.00 49 --hnmol<alee Code Enforcement 310 Alachua St -$ · 550.00 $ 6~600.00 50 _____ Jmmol<alee Jall(perimeter only) Sgt Joe Jones Road _____ $ ___ _§2~.00 _ $ ----~-~30Q~QQ __ 51 lmmol<alee Vacant Lot (next to $ 250.00 $ 3,000.00 _EMS/SQ)_______ ____ _ _________________________ _______ _ _____ _ 52 1973 Bay SJre~t 1973 Bav Street $ 250.00 $ 3,000.00 53 201§J=-3i!Y Street ___ 2015 Bay Street__ _ __ _!_ ______ 250.00 $ 3,000.00_ 54 Bay Street-Vacant lot 1987/2001 Bav St $ 250.00 $ 3,000.00 55 21 Street House 790 21st St N ___ ______ $ =i50.QQ_ __ $ ____ 4,200.00 56 ____ fB00/1812 Danford stTcfuplex)-1800/1812 Danford St $ ___ 425.00 $ 5,100.00 a+ _____ Q~ege~ir-e _ _ _ __ 40BOB-T-amiami-+Fail--€, _ -$ 350,QQ _ -$--4,20(WQ 58 EMS #76 __ 790_l:_o_Qan Blvd N $ 550.00 _ _j___ __ 6,600.00 __ 59 ___ C~~O SGU/EMS #21 _ _'lj1~JT~r_niami Trail~-$_. ___ 780.00 _ $ 9,360.00 60 CCSO Orangetree (Sheriff 14756 lmmol<alee Rd $ 1,200.00 $ 14,400.00 _ Substation}_____________ _ _____________ _ 61 lmmokalee Road & Bridge 415 Sgt Joe Jones $ 550.00 $ 6,600.00 Road ,_-_-__ -_-___ --_--,_R_O_U_TI_N_E_S_IT_E_S_T_O_T_A_L_-_-=-~-•-----~-~ --=-== $ 55,510.00 _$ ____ 66~1_~Q~OQ __ section 2:Hourty-Rates/Markups . This section only applies to additional services <ttem-60-66)~--- When obtaining quotes / proposals for additional services the rates in Section 2 herein may be used; however, the rates will only be required if a time and materials quotation is requested. Compliance to this schedule will not be required in the event a lump sum quote is requested and accepted. Mark-up on cost of all landscape plant materials ------------1--'-%-=--o -=-:ov=--=e-=-r -"-co'-s-'--t __ Mark-up cost of non-plant materials (such as irrigation % over cost 25% 25% _ i:,arts and controls1 etc.)_ _ _______ _ _ _ ___i ______ , _____ ---------- _ __ M.?rk-:UP of subcontractor costs ·-----... ___ _ ___ ___ % over cost _____ 1§_<>/_<>_ -~ HourlyJ:aja-Sui:,_ce_;_r_vc_~is'--'o-'--r--------1-------------__ per t1our ____ _ $ __ __ 65.00 _____ Hourly rate_-Irrigation Supervisor__ _ , ___ ----~hour ________ $ ________ 65.00 __ _______ Hourly rate -Installation Supervisor ___ _ __ J~er hour $ 65.00 _ _ Hol!f:!yJaje_-Worker _ _________ _ __ _per hour ________ $ ___ 55.00 __ _ Page 4 of 4 16.C.2.k Packet Pg. 966 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds SECOND AMENDMENT TO AGREEMENT #16-6555 FOR GROUND MAINTENANCE FOR FACILITIES MANAGEMENT DIVISION TIDS AMENDMENT, made and entered into on this J'tlt day of {)Gct:1Y/1e4. 2018, by and between Hannula Landscaping & Irrigation, Inc., (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County" or "Owner"): WHEREAS, on June 14, 2016 (Agenda Item 16.E.6), the County entered into an Agreement with Contractor to maintain Collier County Sites for grounds maintenance and landscaping with an expected annual cost of $650,000; and WHEREAS, on September 7, 2018, the County administratively approved a First Amendment to Agreement with Contractor to: (1) replace Exhibit "B" in its entirety to reflect the removal and/or addition of site locations previously and administratively approved with a total increase of $16,800 annually, and (2) to change Exhibit "B" title from Contractor's Bid Proposal to Site Locations; and WHEREAS, the patties desire to further amend the Agreement to add Exhibit B-lA- Temporpary Site Locations, to provide services at two Collier County Water-Sewer District (CCWSD) locations not to exceed $47,085.52. NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, it is agreed by the parties as follows: 1. The foregoing Recitals are true and correct and are incorporated by reference herein. 2. Exhibit B-lA is hereby incorporated into the Agreement. 3. Except as modified by this extension, all other terms and conditions of the Agreement shall remain the same. SIGNATURE PAGE TO FOLLOW **Remainder of this page left blank intentionally** Page 1 of3 16.C.2.k Packet Pg. 967 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Amendment on the date and year first written above. CONTRACTOR HANNULA LANDSCAPING & IRRIGATION, INC. f)~,k F. l·L,."' .v ..,1" f {l..1-,.. l, .. .,f' tType/print signature and titlet \)-2: <-., ""'Gm ... ·~ :3 uJ S. Date 1rst Witnesh c-n eb re,.. · -r'\ i v e. ,c;,._ ~--- ~-~<_ ~\e-Q..c,'\ tType/print witness namet BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By~d Edward F. c~' Director of Procurement Services Division /f). -S' ... txU/f Date Page 2 of3 16.C.2.k Packet Pg. 968 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds Item# Location Exhibit B-1A TEMPORARY SITE LOCATIONS Address Collier Countv Water-Sewer District 1 South County Water Reclamation Facility 5600 Warren Street, Naples, FL (SCWRF) 34113 2 SCWRF Preserve at Eagle Lakes 11573 Tamiami Trail E, Naples FL 34113 Monthly Cost $ 11,998.84 $ 5,544.50 Contractor will only provide the services during the time frame as indicated on the issued work order and not to exceed $47,085.52. Page 3 of3 16.C.2.k Packet Pg. 969 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds LQ.;J Administrative Services Department Procurement Services Division 1/31/18 Dale Hannula, President Hannula Landscaping & Irrigation, Inc. 28131 Quails Nest Lane Bonita Springs, FL. 34135 Via Email: dhannula@hannulalanscaping.com RE: Contract Renewal for# 16-6555 "Ground Maintenance for Facilities Management Division" Dear Mr. Hannula: Collier County would like to renew the above contract under the same terms and conditions for an additional one (1) year period in accordance with the renewal clause in the contract. If you are agreeable please indicate your intentions by providing the information requested below and executing the acceptance section: )<. I am agreeable to renewing the above referenced contract under the same terms, conditions, and pricing as the existing contract. The following attached documentation must be provided with your response. • An updated and current insurance certificate I am not agreeable to the renewal of this contract. By executing the section below, this contract will be in effect from 6/14/18 until 6/13/19. Company Name Company Signature Print Name Signature Date Acceptance of Contract Renewal Pmo.nlrneril ~ Divt'300• 3295 Tamumn Trail East• Naples, Florida 341124901 • www.colhergov Mtlprocu1eme11tse!Vices 16.C.2.k Packet Pg. 970 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds Page 2 of 2 RE: Contract Renewal for# 16-6555 "Ground Maintenance for Facilities Management Division" Updated Contact Information (Only if addressee infonnation on the first page Is incorrect) Contact Name 't:.)£11,\,z_ ~ t\.-.N N w ,~ Telephone Number 9's9.-L\">'"7-qhbC) FAX Number 9'?:.r>i -~'3, 7 °),~~ c; Email Address d 'n °'"" tJ w\" ~ ~" N Nw\" 1 °'"' 1.sc.A--D{'n/i .. Cum u Collier County Procurement Services is pleased to announce, it has partnered with BidSync to provide Free web-based Bidding services to its vendors, suppliers and contractors. We are now "live on the new biddingplatfonn. Register today at www.bidsync.com. For Registration Assistance, please cont.act BidSync customer service at 800-990-9339 Or email: support@bidsync.com Please return this letter to the Procurement Services Division with your response and insurance certificate no later than 2/12/18. You may email your response to: email renewals@colliergov.net. If you have any questions you may contact me at 239-252-8407. Respectfully, sandraherrera ....,..,..~ @cOlliergov.ne :::.::-.=M t Odc7liUU1ab!llJldW Sandra Herrera Procurement Contract Manager -Procurement Services Division C: Alina Gonzalez/Facilities Management 16.C.2.k Packet Pg. 971 Attachment: 16-6555 GreenEffexLLC_AssumptionAgreement_FullyExec (11389 : Recommendation to approve ITB 20-7685 "Grounds 16.C.2.l Packet Pg. 972 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 973 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 974 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 975 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 976 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 977 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 978 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 979 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 980 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 981 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 982 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 983 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 984 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.lPacket Pg. 985Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 986 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 987 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 988 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 989 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 990 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 991 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 992 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 993 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 994 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 995 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 996 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 997 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 998 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 999 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 1000 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" 16.C.2.l Packet Pg. 1001 Attachment: 20-7685 SuperiorLandscaping_Contract_VendorSigned (11389 : Recommendation to approve ITB 20-7685 "Grounds Maintenance" Primary Award Total Color Code Secondary Award Total Color Code Zone 1 Location Address Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost 1 Main Government Complex 3335 Tamiami Trail E $ - $ - $ 6,000.00 $ 234,000.00 $ 4,300.00 $ 167,700.00 $ 8,617.77 $ 336,093.03 $ 4,930.77 $ 192,300.03 $ 8,015.00 $ 312,585.00 $ 3,900.00 $ 152,100.00 $ 4,336.62 $ 169,128.18 $ 10,980.00 $ 428,220.00 ZONE 1 - TOTAL -$ $ - 6,000.00$ $ 234,000.00 4,300.00$ $ 167,700.00 8,617.77$ $ 336,093.03 4,930.77$ $ 192,300.03 8,015.00$ $ 312,585.00 3,900.00$ $ 152,100.00 4,336.62$ $ 169,128.18 10,980.00$ $ 428,220.00 Zone 2 Location Address Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost 1 Naples Regional Library 650 Central Avenue $ - $ 625.00 $ 24,375.00 $ 1,250.00 $ 48,750.00 $ - $ 326.08 $ 12,717.12 $ 798.00 $ 31,122.00 $ 906.00 $ 35,334.00 $ 291.38 $ 11,363.82 $ 880.00 $ 34,320.00 2 Vanderbilt Branch Library & Nature Areas 788 Vanderbilt Beach Road $ - $ 625.00 $ 24,375.00 $ 845.00 $ 32,955.00 $ - $ 284.12 $ 11,080.68 $ 468.00 $ 18,252.00 $ 803.00 $ 31,317.00 $ 236.31 $ 9,216.09 $ 560.00 $ 21,840.00 3 North Naples Emergency Services Center 776 Vanderbilt Beach Rd $ - $ 500.00 $ 19,500.00 $ 1,000.00 $ 39,000.00 $ - $ 641.01 $ 24,999.39 $ 693.00 $ 27,027.00 $ 850.00 $ 33,150.00 $ 232.00 $ 9,048.00 $ 1,140.00 $ 44,460.00 4 Headquarters Library 2385 Orange Blossom Dr $ - $ 600.00 $ 23,400.00 $ 3,800.00 $ 148,200.00 $ - $ 509.24 $ 19,860.36 $ 2,150.00 $ 83,850.00 $ 1,074.00 $ 41,886.00 $ 481.85 $ 18,792.15 $ 1,690.00 $ 65,910.00 5 Rosemary Cemetery 1000 Pine Ridge Road $ - $ 200.00 $ 7,800.00 $ 80.00 $ 3,120.00 $ - $ 41.74 $ 1,627.86 $ 75.00 $ 2,925.00 $ 195.00 $ 7,605.00 $ 77.54 $ 3,024.06 $ 140.00 $ 5,460.00 6 Naples Depot 1051 5th Ave S $ - $ 900.00 $ 35,100.00 $ 1,100.00 $ 42,900.00 $ - $ 441.12 $ 17,203.68 $ 625.00 $ 24,375.00 $ 770.00 $ 30,030.00 $ 169.85 $ 6,624.15 $ 630.00 $ 24,570.00 7 EMS #76 790 Logan Blvd N $ - $ 500.00 $ 19,500.00 $ 1,605.00 $ 62,595.00 $ - $ 282.27 $ 11,008.53 $ 340.00 $ 13,260.00 $ 791.00 $ 30,849.00 $ 162.77 $ 6,348.03 $ 995.00 $ 38,805.00 8 North Naples Government Center 2335 Orange Blossom Dr $ - $ 600.00 $ 23,400.00 $ 1,300.00 $ 50,700.00 $ - $ 492.35 $ 19,201.65 $ 278.00 $ 10,842.00 $ 1,074.00 $ 41,886.00 $ 206.77 $ 8,064.03 $ 240.00 $ 9,360.00 ZONE 2 - TOTAL -$ $ - 4,550.00$ $ 177,450.00 10,980.00$ $ 428,220.00 -$ $ - 3,017.93$ $ 117,699.27 5,427.00$ $ 211,653.00 6,463.00$ $ 252,057.00 1,858.47$ $ 72,480.33 6,275.00$ $ 244,725.00 Zone 3 Location Address Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost 1 Golden Gate Senior Center 4898 Coronado Parkway $ - $ 625.00 $ 24,375.00 $ 65.34 $ 2,548.26 $ - $ 254.42 $ 9,922.38 $ 744.00 $ 29,016.00 $ 1,174.00 $ 45,786.00 $ 247.38 $ 9,647.82 $ 435.00 $ 16,965.00 2 Golden Gate Library 2432 Lucerne Road $ - $ 625.00 $ 24,375.00 $ 500.00 $ 19,500.00 $ - $ 259.74 $ 10,129.86 $ 337.00 $ 13,143.00 $ 510.00 $ 19,890.00 $ 278.46 $ 10,859.94 $ 785.00 $ 30,615.00 3 GMD - P&R 2800 Horseshoe N $ - $ 875.00 $ 34,125.00 $ 150.00 $ 5,850.00 $ - $ 748.55 $ 29,193.45 $ 1,468.00 $ 57,252.00 $ 654.00 $ 25,506.00 $ 699.08 $ 27,264.12 $ 2,680.00 $ 104,520.00 4 GMD - C&M 2885 Horseshoe S $ - $ 875.00 $ 34,125.00 $ 150.00 $ 5,850.00 $ - $ 521.18 $ 20,326.02 $ 835.00 $ 32,565.00 $ 831.00 $ 32,409.00 $ 522.15 $ 20,363.85 $ 1,290.00 $ 50,310.00 5 CID Building 2373 Horseshoe E $ - $ 875.00 $ 34,125.00 $ 150.00 $ 5,850.00 $ - $ 448.24 $ 17,481.36 $ 1,165.00 $ 45,435.00 $ 806.00 $ 31,434.00 $ 459.69 $ 17,927.91 $ 1,043.00 $ 40,677.00 6 CCSO Special Ops 250 Patriot Way $ - $ 625.00 $ 24,375.00 $ 400.00 $ 15,600.00 $ - $ 152.78 $ 5,958.42 $ 1,490.00 $ 58,110.00 $ 824.00 $ 32,136.00 $ 139.69 $ 5,447.91 $ 450.00 $ 17,550.00 7 Supervisor of Elections 3750 Enterprise Ave $ - $ 375.00 $ 14,625.00 $ 865.00 $ 33,735.00 $ - $ 342.72 $ 13,366.08 $ 595.00 $ 23,205.00 $ 865.00 $ 33,735.00 $ 187.08 $ 7,296.12 $ 870.00 $ 33,930.00 8 Golden Gate Emergency Services Center 4741 Golden Gate Pkwy $ - $ 750.00 $ 29,250.00 $ 185.00 $ 7,215.00 $ - $ 314.66 $ 12,271.74 $ 585.00 $ 22,815.00 $ 620.00 $ 24,180.00 $ 248.62 $ 9,696.18 $ 720.00 $ 28,080.00 9 Golden Gate Government Center 4715 Golden Gate Pkwy $ - $ 750.00 $ 29,250.00 $ 6,250.00 $ 243,750.00 $ - $ 210.96 $ 8,227.44 $ 305.00 $ 11,895.00 $ 681.00 $ 26,559.00 $ 197.23 $ 7,691.97 $ 810.00 $ 31,590.00 10 Golden Gate Sheriff’s Substation 4707 Golden Gate Pkwy $ - $ 750.00 $ 29,250.00 $ 200.00 $ 7,800.00 $ - $ 173.31 $ 6,759.09 $ 199.00 $ 7,761.00 $ 648.00 $ 25,272.00 $ 103.69 $ 4,043.91 $ 632.00 $ 24,648.00 11 Harbor Road Site (two areas)Parcel #70920600002 $ - $ 200.00 $ 7,800.00 $ 43.56 $ 1,698.84 $ - $ 108.39 $ 4,227.21 $ 230.00 $ 8,970.00 $ 476.00 $ 18,564.00 $ 108.62 $ 4,236.18 $ 280.00 $ 10,920.00 12 EMS #3 - MedFlight 2375 Tower Drive $ - $ 500.00 $ 19,500.00 $ 500.00 $ 19,500.00 $ - $ 82.96 $ 3,235.44 $ 268.00 $ 10,452.00 $ 397.00 $ 15,483.00 $ 88.00 $ 3,432.00 $ - 13 EMS #24 2795 Airport Rd N $ - $ 500.00 $ 19,500.00 $ 1,500.00 $ 58,500.00 $ - $ 344.24 $ 13,425.36 $ 488.00 $ 19,032.00 $ 773.00 $ 30,147.00 $ 120.00 $ 4,680.00 $ 710.00 $ 27,690.00 14 Golden Gate Estates Branch Library 1266 Golden Gate Pkwy $ - $ 750.00 $ 29,250.00 $ 1,000.00 $ 39,000.00 $ - $ 829.36 $ 32,345.04 $ 743.00 $ 28,977.00 $ 831.00 $ 32,409.00 $ 688.92 $ 26,867.88 $ 1,445.00 $ 56,355.00 15 21 Street House 790 21st St N $ - $ 300.00 $ 11,700.00 $ 1,800.00 $ 70,200.00 $ - $ 285.18 $ 11,122.02 $ 587.00 $ 22,893.00 $ 463.00 $ 18,057.00 $ 154.46 $ 6,023.94 $ 1,480.00 $ 57,720.00 16 EMS #71 95 13th St SW $ - $ 500.00 $ 19,500.00 $ 1,000.00 $ 39,000.00 $ - $ 280.11 $ 10,924.29 $ 572.00 $ 22,308.00 $ 750.00 $ 29,250.00 $ 345.85 $ 13,488.15 $ 778.00 $ 30,342.00 ZONE 3 - TOTAL -$ $ - 9,875.00$ $ 385,125.00 14,758.90$ $ 575,597.10 -$ $ - 5,356.80$ $ 208,915.20 10,611.00$ $ 413,829.00 11,303.00$ $ 440,817.00 4,588.92$ $ 178,967.88 14,408.00$ $ 561,912.00 Zone 4 Location Address Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate $ 185.00 Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost 1 Marco Island Branch Library 210 S Heathwood $ - $ 500.00 $ 19,500.00 $ 700.00 $ 27,300.00 $ - $ 328.10 $ 12,795.90 $ 298.00 $ 11,622.00 $ 852.00 $ 33,228.00 $ 229.53 $ 8,951.67 $ 950.00 $ 37,050.00 2 Marco Island Historical Museum 180 S. Heathwood $ - $ 500.00 $ 19,500.00 $ 1,400.00 $ 54,600.00 $ - $ 794.27 $ 30,976.53 $ 986.00 $ 38,454.00 $ 859.00 $ 33,501.00 $ 272.30 $ 10,619.70 $ 1,650.00 $ 64,350.00 3 Marco Island Sheriff Substation 990 Barfield Dr N $ - $ 500.00 $ 19,500.00 $ 499.00 $ 19,461.00 $ - $ 204.00 $ 7,956.00 $ 276.00 $ 10,764.00 $ 427.00 $ 16,653.00 $ 113.23 $ 4,415.97 $ 390.00 $ 15,210.00 4 Marco Island Tax Collector 1040 Winterberry $ - $ 500.00 $ 19,500.00 $ 250.00 $ 9,750.00 $ - $ 95.45 $ 3,722.55 $ 189.00 $ 7,371.00 $ 438.00 $ 17,082.00 $ 88.62 $ 3,456.18 $ 640.00 $ 24,960.00 5 Everglades Museum 105 Broadway Ave W $ - $ 500.00 $ 19,500.00 $ 85.00 $ 3,315.00 $ - $ 148.49 $ 5,791.11 $ 151.00 $ 5,889.00 $ 464.00 $ 18,096.00 $ 111.69 $ 4,355.91 $ 340.00 $ 13,260.00 ZONE 4 - TOTAL -$ $ - 2,500.00$ $ 97,500.00 2,934.00$ $ 114,426.00 -$ $ - 1,570.31$ $ 61,242.09 1,900.00$ $ 74,100.00 3,040.00$ $ 118,560.00 815.37$ $ 31,799.43 3,970.00$ $ 154,830.00 Zone 5 Location Address Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost 1 Immokalee Branch Library 417 N 1st St $ 92.00 $ 3,588.00 $ 500.00 $ 19,500.00 $ 890.00 $ 34,710.00 $ - $ 531.16 $ 20,715.24 $ 830.00 $ 32,370.00 $ 432.00 $ 16,848.00 $ 271.38 $ 10,583.82 $ 650.00 $ 25,350.00 2 EMS #10 14756 Immokalee Rd $ 275.00 $ 10,725.00 $ 375.00 $ 14,625.00 $ 8,000.00 $ 312,000.00 $ - $ 278.34 $ 10,855.26 $ 515.00 $ 20,085.00 $ 425.00 $ 16,575.00 $ 182.15 $ 7,103.85 $ 1,040.00 $ 40,560.00 3 Immokalee Government Center 106 S 1st St $ 92.00 $ 3,588.00 $ 625.00 $ 24,375.00 $ - $ - $ 238.79 $ 9,312.81 $ 532.00 $ 20,748.00 $ 431.00 $ 16,809.00 $ 120.00 $ 4,680.00 $ 1,750.00 $ 68,250.00 4 Immokalee Emergency Services Center & Rear Field 112 S 1st St $ 92.00 $ 3,588.00 $ 200.00 $ 7,800.00 $ 3,500.00 $ 136,500.00 $ - $ 541.40 $ 21,114.60 $ 970.00 $ 37,830.00 $ 510.00 $ 19,890.00 $ 261.54 $ 10,200.06 $ 1,540.00 $ 60,060.00 5 Roberts Ranch and Grove Area 1215 Roberts Ave W $ 800.00 $ 31,200.00 $ 1,500.00 $ 58,500.00 $ - $ - $ 534.24 $ 20,835.36 $ 3,696.00 $ 144,144.00 $ 1,183.00 $ 46,137.00 $ 1,821.54 $ 71,040.06 $ 2,400.00 $ 93,600.00 6 Immokalee Health Services & Rear Area 419 N 1st St $ 123.00 $ 4,797.00 $ 500.00 $ 19,500.00 $ 3,500.00 $ 136,500.00 $ - $ 364.57 $ 14,218.23 $ 1,789.00 $ 69,771.00 $ 432.00 $ 16,848.00 $ 236.92 $ 9,239.88 $ 1,225.00 $ 47,775.00 7 University Extension Office 14700 Immokalee Road $ 350.00 $ 13,650.00 $ 750.00 $ 29,250.00 $ - $ - $ 757.74 $ 29,551.86 $ 2,430.00 $ 94,770.00 $ 556.00 $ 21,684.00 $ 619.38 $ 24,155.82 $ 1,250.00 $ 48,750.00 8 Immokalee Domestic Animal Services 405 Sgt Joe Jones Road $ 61.00 $ 2,379.00 $ 500.00 $ 19,500.00 $ - $ - $ 218.56 $ 8,523.84 $ 1,186.00 $ 46,254.00 $ 424.00 $ 16,536.00 $ 305.54 $ 11,916.06 $ 240.00 $ 9,360.00 9 Immokalee Code Enforcement 310 Alachua St $ 92.00 $ 3,588.00 $ 200.00 $ 7,800.00 $ 85.00 $ 3,315.00 $ - $ 75.05 $ 2,926.95 $ 174.00 $ 6,786.00 $ 404.00 $ 15,756.00 $ 84.62 $ 3,300.18 $ 280.00 $ 10,920.00 Walkers Service Inc.Landscape Dimensions, Inc.Mainscape, Inc.P&T Lawn & Tractor Service Inc. Superior Landscaping & Lawn Service Inc. Commercial Landscape Professionals Inc. d/b/a Trimac Outdoor Hannula Landscaping and Irrigation, Inc. Kita Corp. (Non-Responsive or Responsible)Section 1: Zones 20-7685 - GROUNDS MAINTENANCE - COUNTY FACILITIES BID TABULATION A&M Property Maintenance LLC 16.C.2.m Packet Pg. 1002 Attachment: 20-7685 - Bid Tab - Zones Final (11389 : Recommendation to approve ITB 20-7685 "Grounds 10 Immokalee Jail (perimeter only)Sgt Joe Jones Road $ 61.00 $ 2,379.00 $ 300.00 $ 11,700.00 $ 300.00 $ 11,700.00 $ - $ 357.33 $ 13,935.87 $ 579.00 $ 22,581.00 $ 724.00 $ 28,236.00 $ 196.62 $ 7,668.18 $ 1,180.00 $ 46,020.00 11 Immokalee Vacant Lot (next to EMS/SO)112 S 1st St $ 30.00 $ 1,170.00 $ 300.00 $ 11,700.00 $ 300.00 $ 11,700.00 $ - $ 219.37 $ 8,555.43 $ 575.00 $ 22,425.00 $ 214.00 $ 8,346.00 $ 116.92 $ 4,559.88 $ 420.00 $ 16,380.00 12 CCSO Corscrew Substation 14750 Immokalee Road $ 275.00 $ 10,725.00 $ 500.00 $ 19,500.00 $ 300.00 $ 11,700.00 $ - $ 642.97 $ 25,075.83 $ 1,003.00 $ 39,117.00 $ 425.00 $ 16,575.00 $ 340.62 $ 13,284.18 $ 980.00 $ 38,220.00 13 Immokalee R&B/Facilities Sgt Joe Jones Road $ 185.00 $ 7,215.00 $ 400.00 $ 15,600.00 $ 300.00 $ 11,700.00 $ - $ 218.56 $ 8,523.84 $ 1,530.00 $ 59,670.00 $ 712.00 $ 27,768.00 $ 58.46 $ 2,279.94 $ 560.00 $ 21,840.00 ZONE 5 - TOTAL 2,528.00$ $ 98,592.00 6,650.00$ $ 259,350.00 17,175.00$ $ 669,825.00 -$ $ - 4,978.08$ $ 194,145.12 15,809.00$ $ 616,551.00 6,872.00$ $ 268,008.00 4,615.69$ $ 180,011.91 13,515.00$ $ 527,085.00 Zone 6 Location Address Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost Weekly Service Rate Annual Cost 1 East Naples Branch Library 8787 Tamiami Trail E $ - $ - $ 500.00 $ 19,500.00 $ 400.00 $ 15,600.00 $ - $ 165.41 $ 6,450.99 $ 282.00 $ 10,998.00 $ 460.00 $ 17,940.00 $ 90.15 $ 3,515.85 $ 495.00 $ 19,305.00 2 South Regional Library 8065 Lely Cultural Pkwy $ - $ - $ 750.00 $ 29,250.00 $ 4,500.00 $ 175,500.00 $ - $ 1,090.12 $ 42,514.68 $ 2,355.00 $ 91,845.00 $ 1,295.00 $ 50,505.00 $ 736.62 $ 28,728.18 $ 1,800.00 $ 70,200.00 3 EMS #75 4590 Santa Barbara $ - $ - $ 500.00 $ 19,500.00 $ 750.00 $ 29,250.00 $ - $ 288.76 $ 11,261.64 $ 575.00 $ 22,425.00 $ 708.00 $ 27,612.00 $ 177.23 $ 6,911.97 $ 780.00 $ 30,420.00 4 Road & Bridge 4800 Davis Blvd $ - $ - $ 375.00 $ 14,625.00 $ 3,700.00 $ 144,300.00 $ - $ 385.28 $ 15,025.92 $ 2,725.00 $ 106,275.00 $ 1,417.00 $ 55,263.00 $ 195.38 $ 7,619.82 $ 2,175.00 $ 84,825.00 5 Motor Vehicle Building 725 Airport Rd N $ - $ - $ 625.00 $ 24,375.00 $ 2,000.00 $ 78,000.00 $ - $ 263.65 $ 10,282.35 $ 840.00 $ 32,760.00 $ 1,027.00 $ 40,053.00 $ 204.31 $ 7,968.09 $ 1,850.00 $ 72,150.00 6 Property Appraiser 3950 Radio Road $ - $ - $ 625.00 $ 24,375.00 $ 3,000.00 $ 117,000.00 $ - $ 475.70 $ 18,552.30 $ 1,815.00 $ 70,785.00 $ 1,771.00 $ 69,069.00 $ 366.77 $ 14,304.03 $ 2,590.00 $ 101,010.00 7 BCC Fleet 2901 County Barn $ - $ - $ 625.00 $ 24,375.00 $ 4,500.00 $ 175,500.00 $ - $ 246.25 $ 9,603.75 $ 1,154.00 $ 45,006.00 $ 708.00 $ 27,612.00 $ 213.23 $ 8,315.97 $ 1,280.00 $ 49,920.00 8 CCSO Fleet 2885 County Barn $ - $ - $ 625.00 $ 24,375.00 $ 1,000.00 $ 39,000.00 $ - $ 217.01 $ 8,463.39 $ 1,516.00 $ 59,124.00 $ 708.00 $ 27,612.00 $ 218.77 $ 8,532.03 $ 1,460.00 $ 56,940.00 9 Domestic Animal Services 7610 Davis Blvd $ - $ - $ 750.00 $ 29,250.00 $ 4,500.00 $ 175,500.00 $ - $ 675.03 $ 26,326.17 $ 1,570.00 $ 61,230.00 $ 1,059.00 $ 41,301.00 $ 522.46 $ 20,375.94 $ 2,560.00 $ 99,840.00 10 Cat Facility (Radio Road)8300 Radio Road $ - $ - $ 750.00 $ 29,250.00 $ 4,500.00 $ 175,500.00 $ - $ 634.46 $ 24,743.94 $ 2,667.00 $ 104,013.00 $ 1,095.00 $ 42,705.00 $ 194.15 $ 7,571.85 $ 2,740.00 $ 106,860.00 11 Emergency Services Center 8075 Lely Cultural Blvd $ - $ - 500.00$ $ 19,500.00 9,000.00$ $ 351,000.00 $ - 296.27$ $ 11,554.53 1,640.00$ $ 63,960.00 1,421.00$ $ 55,419.00 380.31$ $ 14,832.09 2,800.00$ $ 109,200.00 12 1973 Bay Street 1973 Bay Street $ - $ - 100.00$ $ 3,900.00 70.00$ $ 2,730.00 $ - 52.87$ $ 2,061.93 72.00$ $ 2,808.00 101.00$ $ 3,939.00 39.38$ $ 1,535.82 240.00$ $ 9,360.00 13 2015 Bay Street 2015 Bay Street $ - $ - 100.00$ $ 3,900.00 70.00$ $ 2,730.00 $ - 51.55$ $ 2,010.45 72.00$ $ 2,808.00 101.00$ $ 3,939.00 43.08$ $ 1,680.12 240.00$ $ 9,360.00 14 Bay Street – Vacant lot 1987/2001 Bay St $ - $ - 200.00$ $ 7,800.00 70.00$ $ 2,730.00 $ - 52.43$ $ 2,044.77 143.00$ $ 5,577.00 101.00$ $ 3,939.00 55.38$ $ 2,159.82 240.00$ $ 9,360.00 15 1800/1812 Danford St (duplex)1800/1812 Danford St $ - $ - 250.00$ $ 9,750.00 139.39$ $ 5,436.21 $ - 54.49$ $ 2,125.11 112.00$ $ 4,368.00 101.00$ $ 3,939.00 75.69$ $ 2,951.91 410.00$ $ 15,990.00 16 CCSO SGU/EMS #21 11121 Tamiami Trail E $ - $ - 375.00$ $ 14,625.00 550.00$ $ 21,450.00 $ - 121.17$ $ 4,725.63 305.00$ $ 11,895.00 414.00$ $ 16,146.00 183.38$ $ 7,151.82 260.00$ $ 10,140.00 ZONE 6 - TOTAL -$ $ - 7,650.00$ $ 298,350.00 38,749.39$ $ 1,511,226.21 -$ $ - 5,070.45$ $ 197,747.55 17,843.00$ $ 695,877.00 12,487.00$ $ 486,993.00 3,696.29$ $ 144,155.31 21,920.00$ $ 854,880.00 VENDOR CHECKLIST Description Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Form 2: Vendor Check List Yes Yes No Yes Yes Yes Yes Yes Yes Form 3: Conflict of Interest Affidavit Yes Yes No Yes Yes Yes Yes Yes Yes Form 4: Vendor Declaration Statement Yes Yes No Yes Yes Yes Yes Yes Yes Form 5: Immigration Affidavit Certification Yes Yes No Yes Yes Yes Yes Yes Yes Form 6: Vendor Substitute W – 9 Yes Yes No Yes Yes Yes Yes Yes Yes Form 7: Vendor Submittal – Local Vendor Preference Affidavit Yes Yes No Yes Yes Yes Yes Yes No Insurance and Bonding Requirements Yes Yes No Yes Yes Yes Yes Yes Yes E-Verify Yes Yes No Yes Yes Yes Yes Yes Yes SunBiz Yes Yes No Yes Yes Yes Yes Yes Yes Yes Yes No Yes Yes Yes Yes Yes Yes Yes Yes No Yes Yes Yes Yes Yes Yes Yes Yes No Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes No Yes Yes Yes Yes Yes Yes Yes Yes No Yes Yes Yes Yes Yes Yes Yes Yes No Yes Yes Yes Yes Yes Yes Yes Yes No Yes Yes Yes Yes Yes Yes Yes Yes No No Yes Yes Yes Yes Yes Yes Yes No No Yes Yes Yes Yes Yes Bachelor's Degree in Ornamental Horticulture or Entomology or experience Yes Yes No Yes Yes Yes Yes Yes Yes List of Company owned/leased equipment Yes Yes No No Yes Yes Yes Yes Yes Item #Description Unit of Measure 1 Markup on cost of all landscape plant materials*% Over Cost 15%60%30%30%15%6%30%30%30% 2 Markup cost of non-plant materials (such as irrigation parts and controls, etc)*% Over Cost 15%60%20%30%30%5%30%15%30% 3 Hourly rate - Irrigation Supervisor Per Hour $75.00 $65.00 $25.00 $55.00 $85.00 $60.00 $55.00 $65.00 $160.00 4 Hourly rate - Installation Supervisor Per Hour $75.00 $65.00 $25.00 $55.00 $45.00 $60.00 $65.00 $45.00 $140.00 5 Hourly rate - Worker Per Hour $50.00 $55.00 $25.00 $40.00 $35.00 $60.00 $35.00 $32.00 $190.00 Superior Landscaping & Lawn Service Inc. Commercial Landscape Professionals Inc. d/b/a Trimac Outdoor Walkers Service Inc. Hannula Landscaping & Irrigation, Inc. Kita Corp. (Non-Responsive or Responsible)Landscape Dimensions, Inc.Mainscape, Inc.P&T Lawn & Tractor Service Inc. Addenda #3 Current Occupational License for Pest Control Services or Florida Pesticide License Rainbird Irrigation Control Systems - 5 years experience Projects showing 5 years experience Superior Landscaping & Lawn Service Inc. Commercial Landscape Professionals Inc. d/b/a Trimac Outdoor Walkers Service Inc. References Landscape Contractor’s and Irrigation License or Unlimited Landscape Contractor’s License Hannula Landscaping and Irrigation, Inc. Kita Corp. (Non-Responsive or Responsible)Landscape Dimensions, Inc.Mainscape, Inc.P&T Lawn & Tractor Service Inc. Addenda #2 Section 2: Hourly Rates/Markups A&M Property Management Please complete and include all applicable documents A&M Property Maintenance, LLC Addenda #1 Maintenance of Traffic Certification (MOT) Certified Arborist on staff 16.C.2.m Packet Pg. 1003 Attachment: 20-7685 - Bid Tab - Zones Final (11389 : Recommendation to approve ITB 20-7685 "Grounds