Loading...
Agenda 02/25/2020 Item #16A 2 (ITB #19-7661 w/Mainscape Inc.)16.A.2 02/25/2020 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid No. 19-7661 "Santa Barbara Landscape Maintenance - Work Area 21B" to Mainscape, Inc., and authorize the Chairman to sign the attached Agreement. OBJECTIVE: To award a landscape maintenance contract providing for maintenance services within improved medians and right-of-way on Santa Barbara Boulevard from Rattlesnake Hammock Road to Davis Boulevard; approximately two (2) miles. CONSIDERATIONS: On August 26, 2019, the Procurement Services Division released Invitation to Bid No. 19-7661 to 10,578 vendors for Santa Barbara Blvd Landscape Maintenance. Interested bidders downloaded fifty-one (5 1) bid packages, and the County received four (4) offers by the September 26, 2019 deadline. Staff deemed Superb Landscape Services Inc., non-responsive for failing to submit required bid documents. Staff is recommending award to Mainscape, Inc., the lowest, responsible and responsive bidder. The bid amounts in the table below are overall bid totals for three years of maintenance service based upon the following bid schedule categories: routine landscape maintenance, site specific maintenance (tree and palms), fertilization, ornamental & turf spraying, and alternative services. Bidder Base (Section I & Section II) Alternative (Section III) Total (Section I - III) Mainscape, Inc. $264,625.32 $259,731.60 $524,356.92 Affordable Landscaping Service Design, LLC. $392,824.98 $183,228.05 $576,053.03 Walkers Service, Inc. $294,479.00 $339,851.00 $634,330.00 Superb Landscape Services, Inc. (NR) $750,863.77 $251,171.03 $1,002,034.80 Mainscape, Inc.'s landscape maintenance services cost per mile for base (Section I & II) services is $44,104.22; which is below the current average annual cost per mile of $63,266.61. These services are for median mowing & edging, side right-of-way mowing, weeding, general site trimming, street cleaning, trash removal, and irrigation system maintenance and repair, tree and palm maintenance, fertilization, ornamental and turf spraying, and Maintenance of Traffic. The cost per mile does not include alternative services (Section 111) such as plant material purchases with installation, growth regulator applications, mulching, pressure cleaning, major irrigation repairs, emergency response hours, tree and palm services, equipment with operators, or traffic accident clean up. The quantities and service frequencies listed on the bid schedule were approximate numbers and values for bidding purposes only. Staff will monitor costs closely and reduce alternative service work by increasing in-house labor to perform these services when feasible. This Agreement is for a three-year term with the option to renew for two, one-year terms. FISCAL IMPACT: The funding for these services is budgeted annually in the Road Maintenance Division Landscape Fund 112, Operating Project No. 31112. The approximate spend for a three year term under this Agreement is $524,357, with an annual spend of $174,786, which includes alternative services. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. Packet Pg. 875 16.A.2 02/25/2020 RECOMMENDATION: To award Invitation to Bid No. 19-7661 "Santa Barbara Blvd Landscape Maintenance - Work Area 21B," to Mainscape, Inc., and authorize the Chairman to sign the attached Agreement. Prepared by: Melissa Pearson, Contract Administration Specialist, Growth Management Department ATTACHMENT(S) 1. 19-7661 Notice of Recommended Award (PDF) 2. 19-7661 Solicitation (PDF) 3. 19-7661 Bid Tabulation (PDF) 4. 19-7661 Mainscape,Inc_Contract_VendorSigned (PDF) 5. 19-7661 Mainscape,Inc_Insurance_1-8-20 (PDF) 6. 19-7661 Mainscape Proposal (PDF) Packet Pg. 876 16.A.2 02/25/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.2 Doe ID: 11329 Item Summary: Recommendation to award Invitation to Bid No. 19-7661 "Santa Barbara Landscape Maintenance — Work Area 2113" to Mainscape, Inc., and authorize the Chairman to sign the attached Agreement. Meeting Date: 02/25/2020 Prepared by: Title: Contract Administration Specialist — Road Maintenance Name: Melissa Pearson 01/09/2020 4:33 PM Submitted by: Title: — Road Maintenance Name: Albert English 01/09/2020 4:33 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Procurement Services Viviana Giarimoustas Additional Reviewer Growth Management Department Christine Arnold Level 1 Reviewer Road Maintenance Joseph Delate Additional Reviewer Growth Management Department Pamela Lulich Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Procurement Services Evelyn Colon Additional Reviewer Procurement Services Priscilla Doria Additional Reviewer Growth Management Operations Support Christopher Johnson Road Maintenance Albert English Additional Reviewer Growth Management Department Melissa Pearson Deputy Department Head Review Growth Management Department Thaddeus Cohen Department Head Review County Attorney's Office Scott Teach Level 2 Attorney Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Grants Valerie Fleming Level 3 OMB Gatekeeper Review Budget and Management Office Ed Finn Additional Reviewer Completed 01/09/2020 4:51 PM Completed 01/10/2020 8:11 AM Completed 01/10/2020 9:24 AM Completed 01/10/2020 9:59 AM Completed 01/13/2020 5:47 AM Completed 01/13/2020 10:34 AM Completed 01/14/2020 4:37 PM Completed 01/21/2020 2:46 PM Additional Reviewer Completed Completed 01/28/2020 9:23 AM Skipped 01/09/2020 8:58 AM Completed 01/31/2020 12:23 PM Completed 01/31/2020 1:30 PM Completed 01/31/2020 1:34 PM Completed 02/04/2020 8:45 AM Completed 02/04/2020 9:36 AM Packet Pg. 877 Office of Management and Budget County Manager's Office Board of County Commissioners Laura Zautcke Additional Reviewer Nick Casalanguida Level 4 County Manager Review Mary,lo Brock Meeting Pending 16.A.2 02/25/2020 Completed 02/10/2020 9:27 AM Completed 02/17/2020 8:38 AM 02/25/2020 9:00 AM Packet Pg. 878 C.;o 76Y County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 19-7661 Title: Santa Barbara Blvd. Landscape Maintenance Due Date and Time: 9/26/19 10:00 AM Respondents: Company Name City County State Bid Amount Responsive/Responsible Mainscape Inc. Naples Collier FL $524,356.92 YES/YES Affordable Landscaping Service and Design LLC. Marco Island Collier FL $576,053.03 YES/YES Walkers Service Inc. Punta Gorda Charlotte FL $634,330.00 YES/YES Superb Landscape Services Inc. Naples Collier FL $1,002,034.80 NO Utilized Local Vendor Preference: Yes [::::] No - Recommended Vendors) For Award: On August 26, 2019 the Procurement Services Division released Invitation to Bid No. 19-7661 to 10,578 vendors for Santa Barbara Blvd. Landscape Maintenance. Fifty-one (51) packages were downloaded, and four (4) bids were received on September 26, 2019. Superb Landscape Services Inc. has been deemed non- responsive for failing to submit required documents. The County has elected to award to the lowest responsive and responsible vendor, Mainscape Inc. Required Signatures Project Manager: Melissa Pearson Digitally signed by PearsonMelissa Date: Pea rso n Me l i ssa Date: 2019.12.03 11:23:52 -05'00' Procurement Strategist: Viviana Giarimoustas ' GiarimoustasVivianaDigitally signed by GiarimoustasViviana Date: Date: 2019,12.03 13:36:05 -05'00' Procurement Services Director: r� X Edward F. Coyman Jr.� Dat f 16.A.2.a T_ to W ti CD T V M al Packet Pg. 879 16.A.2.b Collier County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR SANTA BARBARA BLVD LANDSCAPE MAINTENANCE (RATTLESNAKE HAMMOCK ROAD TO DAVIS BLVD) WORK AREA 21B to to ti CD SOLICITATION NO.: 19-7661 N M r r O N tor t0 VIVIANA GIARIMOUSTAS, PROCUREMENT STRATEGIST CD PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252- 8375 2 Viviana.Giarimoustas@colliercountyfl.gov (Email) a 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. Packet Pg. 880 16.A.2. b SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 19-7661 PROJECT TITLE: Santa Barbara Blvd Landscape Maintenance (Rattlesnake Hammock Road to Davis Blvd), Work Area 21B DUE DATE: September 26, 2019 @ 10:00 AM EST 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/bidsyLic-cas/ INTRODUCTION As requested by the Road Maintenance Division (hereinafter, the "Division"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB") with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. BACKGROUND Work Area 21B is located on Santa Barbara Blvd from Rattlesnake Hammock Road to Davis Blvd. This roadway recently had landscape and irrigation installed within medians. There are approximately 2.0 miles of improved medians for landscape maintenance services; the median numbers are 1 through 14. The annual budget for this roadway is estimated at $152,000. TERM OF CONTRACT The contract term, if awards are made is intended to be for (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and Prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows: ➢ The County's Procurement Services Division reserves the right to clarify a vendor's submittal prior to the award of the solicitation. ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Lowest Total Bid ➢ Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: Identify Primary and Secondary Awardees ➢ The County reserves the right to issue a formal contract, standard County Purchase Order, or utilize the County Purchasing Card for the award of this solicitation. m c M c d c M m a M N c M J m M 0 M L M CO 0 c M 50 m m os on N M r c 0 M 0 Cn co m Pr as c d E z M Q Packet Pg. 881 16.A.2. b DETAILED SCOPE OF WORK The awarded contractor shall be responsible in providing full services for landscape maintenance in sustaining the quality of plant materials while ensuring roadways are well-maintained. Contractors shall refer to Florida Friendly Best Management Practices for Protection of Water Resources by the Green Industries in keeping landscapes and turf healthy. BRIEF DESCRIPTION OF PURCHASE This is a new work area on Santa Barbara Boulevard that was under construction for landscape and irrigation installations. The County intends to award a qualified contractor to provide landscape maintenance services as listed in this solicitation for a three (3) year term with two (2), one (1) year renewals. The awarded contractor shall be responsible in providing routine landscaping services in maintaining improved medians. The contractor shall be required to follow Green Industries Best Management Practices for Florida friendly plants. County staff is currently maintaining the landscaping, so there is no historical spend information. There are minimum requirements to perform services under this contract which include licensing, certifications, and documentation as listed below. The following licenses and certifications are requirements to perform services under this agreement. If the contractor is subcontracting services, they shall be liable in overseeing the subcontractor to ensure services are in accordance with the contract documents. Contractors and Subcontractors (if applicable) must submit the required licenses, certifications, and documentation with bid submission or before Notice of Recommended Award (NORA). Licenses Licenses and certifications pursuant to Collier County, Contractor's Licensing, Ordinance Number 2006-46, as amended, and Florida State Statutes. ❑ Landscape License such as but not limited to: Commercial Landscape; Landscape Restricted; Landscape & Irrigation; or Unlimited Landscape. ❑ Irrigation License ❑ Pest Control License Certifications ❑ Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. ❑ Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S. ❑ Pest Control Employee Identification Card for non -certified employees OR a listing of employees' names and their issued ID card numbers that will perform pest control for a licensed company. Each ID card must be an employee of the licensed company and work under the direct supervision of the certified operator in charge. Chapter, 482.091 F.S. ❑ Maintenance of Traffic (MOT), Intermediate Level Certificate with three (3) years' experience. ❑ Green Industries, Best Management Practices, Certificate under Chapter 482.1562, F.S. (certificate must be obtained within six (6) months from contract execution). Documentation ❑ Routine Landscape Maintenance Experience: Submit a brief description showing a minimum three (3) years' experience with governmental or commercial accounts, that is similar in nature, to the Scope of Work and specifications listed herein. ❑ Irrigation Experience: Submit a brief description showing three (3) years' experience where the contractor/subcontractor is maintaining Motorola Irrigation Control Systems or equivalent smart controller systems. ❑ Equipment List: Provide a list of all company-owned and leased equipment for this contract. ❑ References: Include three (3) governmental or commercial references relevant to the services listed in the specifications. SCOPE OF SERVICES The awarded contractor shall perform monthly landscape maintenance services. The line item service frequencies may be weekly, monthly, quarterly, or "as needed. The division determines the monthly schedules based on worksite conditions to maintain the quality and health of the plant materials, and the safety of the traveling public. The alternate services listed on the bid schedule may be requested by the division, or the division has the option to request quotes for these services off contract to meet the division's needs following the Procurement Ordinance guidelines. "Exhibit A" within this document lists the work areas, plant materials, quantities, and chemical applications. Work Area 21B shall be awarded in "as is" conditions, so bidders are highly encouraged to visit each work area for a full assessment before bidding. Maintenance of Traffic (MOT) is a requirement because work is in the roadways. m c c� c m c m a N C J m L ea L R m R c c� m to Pr on on N M c 0 0 Cn co m C6 c d E z ca Q SPECIFICATIONS Some of the specifications listed within this document may not apply to the bid line items for this solicitation; however, if agreements are modified, these specifications may be required. Refer to the bid tabulation for the services being requested for this solicitation. Packet Pg. 882 16.A.2. b The specifications are a guide to successfully perform the services, and they may be revised by the Landscape Division as they deem necessary. The contractor agrees to abide by those revisions in performing the work. Collier County expects the awarded contractor to comply with all terms of the contract. The line items are essential elements in maintaining the landscaping, and the contractor shall adhere to them. The bid tabulation quantities are approximate numbers, and the frequencies for services are suggestions for bidding purposes. Services, quantities, and the units of measure may increase or decrease at the discretion of the division for budgetary reasons or site conditions. The contractors shall perform services as requested in the monthly task schedules; refusal to comply with these conditions, may be subject to non-performance penalties or contract termination. Unit prices include furnishing labor, supervision, equipment, tools, materials, and Maintenance of Traffic to perform the work, as it relates to the line items. Use current techniques and standards approved by the University of Florida, Institute of Food and Agriculture Services (UF/IFAS). The following link goes directly to the UF/IFAS website. Contractors can obtain online versions of Green Industries Best Management Practices manuals in English and Spanish: https://ffl.ifas.ufl.edu/professionalsBMP_manual.htm 1. Routine Landscape Maintenance Road Maintenance Division, Landscape Operations, has provided the contractor with landscape maintenance and irrigation specifications to perform the services. Specifications for routine services may include, but are not limited to, Median Mowing & Edging; Side Right -of -Way (ROW) Mowing & Edging; Street Cleaning; Weeding; General Site Trimming (plant materials that are ten feet and below); and Trash Removal. Refer to the bid tabulation for the services being requested for this solicitation. 1.1. Median Mowing & Edging and Side ROW Mowing & Edging The number of service frequencies may be modified by the Division for various reasons. These services may include, but not limited to: swale areas, sod within medians, and sod on sides of ROW (both sides of the roadway). If the contractor fails to perform services on listed on the monthly schedule, or they are not performing services per the bid specifications, they may have penalties incurred for non-performance which is at the Division's discretion. 1.1.1. Before mowing, the contractor shall remove palm fronds, horticultural and non -horticultural debris, leaves, rocks, paper, tree branches and limbs, and various types trash from the turf areas, plant beds, and hardscapes. 1.1.2. Mow in a manner consistent with landscape maintenance industry standards that ensures smooth surface appearance without scalping or leaving uncut grass. 1.1.3. Use alternative mowing practices, patterns, or equipment within narrow turf areas to prevent wheel ruts or worn areas in the turf. 1.1.4. All ROW mowing is from the back of the curb or sidewalk to the right-of-way line (in most cases the wooden or concrete power poles). 1.1.5. Mow at the highest recommended height for species in the table below per the University of Florida's Institute of Food and Agriculture Sciences (UF/IFAS). Do not remove more than one third (1/3) of the leaf blade at each mowing. Species Mowing Height (inches) Grass Height Not to Exceed (inches) Bahiagrass 3.0-4.0 4.5-6.0 St. Augustine 3.5-4.0 5.5-6.0 1.1.6. Mow turfgrass with a mulching type mower eliminating the need to bag and transport grass clippings. Leaf clippings in the turf area will add nutrients and organic matter back into the lawn. Should bagging be necessary, the bagged clippings shall be collected and removed at no additional cost to the County. 1.1.7. Swale mowing is throughout the entire year. During rainy season conditions, the contractor shall address these areas at each service. Water in swales with vegetation and weeds protruding above the water, contractor shall reduce the vegetation height to 12" above the water line or as directed by the Division. Mowed vegetation should be directed away from the water and it is not authorized to remain piled up around the pond. 1.1.8. Dry retention mowing is throughout the year, the height of grass must not exceed eighteen inches (18"). Areas holding water, the contractor shall restrict mowing with a ten -foot (10') buffer from the water's edge. Mowing clippings shall be directed away from the water and not allowed to remain piled up around the pond. 1.1.9. Wet retention (ponds) mowing that is within ten feet (10') from the water's edge at the time of mowing, vegetation must be greater than 6 inches in height. Mowing clippings shall be directed away from the water and not allowed to remain piled up around the pond. 1.1.10. Turf areas that are water -soaked require a hand walk behind mower, twenty -one -inch (21" +/-) diameter, to prevent wheel ruts in the turf caused by heavier, self-propelled, riding mowers. Damage to the turf caused by the contractor's equipment shall be repaired immediately following the service at no additional cost to the County. 1.1.11. Contractor is responsible in notifying the Division Supervisor or designee immediately when turfgrass is showing visible signs of heat stress, disease, or irrigation malfunctions. 1.2. Edging Mechanical turf edging shall be done with each mowing service or as directed by the Division. Herbicides are not authorized Q Packet Pg. 883 16.A.2. b for edging. 1.2.1. Metal blade edging is not permitted along plant bed and turf edges where an underground irrigation system is present. 1.2.2. Mechanical metal blade edging is permitted along the back of curbs. 1.2.3. Grass root runners extending into the mulched, concrete, asphalt, and brick paved areas shall be cut and removed with the edging service. 1.2.4. Edging is required in all turf areas such as, but not limited to: sprinkler heads, valve boxes, timer pedestals, posts, utility service boxes, shrubs, signposts, utility holes, guardrails, along sidewalk edges, back of concrete curbs, around plant beds, street light bases, headwalls, and trees. 1.2.5. Edging debris on streets, sidewalks, or other areas shall be removed the same day as the service. Applies to sidewalks, curbing, gutters including a four -foot (4') area from the face of the curb and sidewalk. 1.2.6. No clippings or other debris shall be blown into or deposited onto adjacent property or accumulated in ROW areas. 1.2.7. Edging with herbicides is not authorized, and if Contractor used them, they are responsible for bringing the damage areas back to full restoration at their expense. 1.3. Street Cleaning Sidewalks, curbs, and gutters, including four feet (4') area from the face of gutters, curbs, turn lanes, medians, and sidewalks must be cleaned immediately following each service to prevent accumulation of debris and to keep areas neatly maintained with safe conditions. On the same day of mowing, the contractor shall remove grass clippings and debris from hardscapes. 1.3.1. Remove grass clippings and debris near a stormwater inlet or catch basin. 1.3.2. Do not allow grass clippings or debris to enter any inlet, catch basin, or body of water. 1.3.3. Deposit grass clippings into existing turf areas. 1.3.4. No debris shall be blown or deposited onto adjacent property, accumulated on right-of-way areas, or blown into roadways or travel lanes. 1.3.5. Remove all debris and clippings from sidewalks, curbs, gutters, or roadways. 1.4. Weeding Weed control shall be maintained by the contractor leaving the area ascetically pleasing and safe area. Weeding is within the medians and the sides of ROW to include bedding plants, perennials, shrubs, trees, sidewalks, asphalt, concrete, pavers, guardrail bases, tree grates, curb joints, and mulched areas. 1.4.1. Perform services weekly, as necessary or instructed providing a reasonably weed -free and a visually well-maintained. 1.4.2. The contractor must control weeds in landscape plantings. Contractor's employees may manually pull weeds by hand, chemical method (not harming plant materials), or use a combination of manual and chemical methods. 1.4.3. Post -emergent products must contain Glyphosate herbicide to control weeds, and it will require the contractor to add blue tracker, tracing dye to the chemical for inspections. 1.4.4. Incomplete weeding may cause invoice rejection. The contractor may be subject to non-performance deductions for failure to perform the services as shown in these bid specifications. 1.5. General Site Trimming Contractor shall disinfect pruning tools before performing County contracted services to prevent disease transmission. Pruning is on a weekly basis, "as needed," or at the Division's discretion for plant foliage below 10 -feet. Contractor must notify the Division Landscape Supervisor with plant materials and vegetation showing signs of dying trees, shrubs, and plant materials. Notification must be in writing via email within 24 hours of working in the area. 1.5.1. Services include trimming plant foliage to heights below 10 -feet; including but not limited to: groundcovers, shrubs, canopy trees (except Magnolias) and palms. Remove water sprouts, suckers, dead or diseased foliage, and branches. 1.5.2. Maintain groundcovers within 18 -inches from the curb. 1.5.3. Trim plants 18 -inches from the irrigation heads to maintain uniform irrigation distribution patterns. 1.5.4. Mandatory Safety Requirement: maintain visibility of vehicular sight lines with an 18 -inch maximum height through twenty-four inches (18" — 24"); that is measured from the travel lane. Shrubs within the turn lanes maintain twenty- four (24") measured from the travel lane. Trim the plant material to proper plant shape and form. Immediate action must be taken if requested by the Division. 1.5.5. Corrective pruning services performed to keep the natural shape and characteristics of the species. 1.5.6. Prune groundcovers and shrubs to 18 -inches in height by October 111 each year before cooler temperatures, to ensure blooming plants are at the proper elevation during the heavy traffic season. 1.5.7. Groundcovers and shrubs maintain a36 -inch maximum height or as directed by the Division. 1.5.8. Prune selectively to improve the plant structure health and to enhance fruiting, flowering, or appearance. 1.5.9. Shrub pruning should be done consistently throughout each median for all shrub types, so the landscape appearance has continuity throughout that median. m c M c d c M m Q. M N C M J CO M M M M m M c M 9) m m C6 CD N M r c 0 6 Cn coo m Pr os c d z ca Q Packet Pg. 884 16.A.2. b 1.5.10. Bougainvillea's and Green Island Ficus maintain 24 -inches throughout the year. 1.5.11. Asian Jasmine and Perennial Peanut are to be top sheered with side edging/sheering. 1.5.12. Prune ornamental grasses once a year (or as directed by the Division), only after the blooming season, at the plant base to remove old growth. Do not cut grasses in a flat top method. Varieties include, but are not limited to Fountain, Muhly, Florida Gama, and Fakahatchee. 1.5.13. Do not prune Liriope muscari without Division approval and guidance. 1.5.14. Remove old leaves and dead flowering growth on the Blueberry Flax, Agapanthus, Bird of Paradise, Iris, and other similar varieties. 1.5.15. Maintain tree canopies over pathways or sidewalks at a minimum height of 10 -feet. 1.5.16. Shrubs and groundcovers adjacent to pathways or sidewalks prune to maintain 1 -foot clearance from the edge of the pathway. It is recommended that adjacent shrubs and groundcovers are maintained at an angle or rounded away from the pathway. 1.5.17. Groundcovers require minimal pruning. Groundcovers are not allowed to grow over curbs or onto paved areas. 1.5.18. Landscaping requires an esthetically clean appearance, so remove pruning and trimming debris following each service. c d 1.6. Trash Removal c M Contractor shall remove trash or other debris at each service. Debris and trash consists of paper, bottles, cans, trash, horticultural and non -horticultural debris, leaves, rocks, tree branches and limbs, and other debris that is not part of the landscape. At each service, the contractor shall remove trash from turf areas, plant beds, and hardscapes. Trash and debris N disposal must be at a landfill or disposal site. The unit cost for this line item is inclusive of disposal fees, tipping, etc. 3 M 1.7. Irrigation Services J 13 Irrigation System Maintenance and Repair may be subcontracted. The work may consist of weekly irrigation systems visual inspections to determine if systems are functioning normally. Work areas must be completed before moving to the next m M roadway. Any minor repairs discovered during the weekly services, shall be repaired immediately. Minor repairs consist of, but not limited to, cuts, lateral/funny leaking pipes, replacing irrigation heads, clogged heads, damaged pipes, and flooded areas. Any damaged caused by the Contractor's or subcontractor's personnel while performing services shall be repaired M immediately at no cost to the County. c M ■ Contractor subcontracting irrigation services does not relieve them from overseeing the work and the responsibility or y liability assumed under contract. ■ The contractor shall remain liable for work performance by a subcontractor, and ensures subcontractor completes the to work and meets timelines requested by Division Representative. on ■ Satisfactory performance is a requirement under the contract; unsatisfactory work may cause deductions for non- performance. CD N M 1.7.1. Valves r v Valves can be operated manually at the valve box, and the surge board toggle, or at the controller. Return the operation switch to the "automatic" position following service. Failure to do so may create hazardous road conditions because of uncontrolled irrigation water running outside of the programmed schedule area. At Division's discretion, they may change the operating procedure, so valves turn on virtually using a laptop or Smart device. 2 0 Cn 1.7.2. Automatic Control Valve assemblies and Quick Coupling Valves service requirements: ■ Open zone control valve assemblies' boxes and inspect valves for leaks and proper settings. n ■ Clean valve boxes ensuring they are clean and free of debris, leaves, and mulch. o6 ■ Check quick coupling boxes ensuring they are free of debris and foreign objects. ■ Keep grass and mulch out of valve boxes. c ■ Valve boxes in sod areas to be kept at sod level. E ■ Valve boxes in plant beds to be kept two inches (2") above finished mulch level, and any encroaching vegetation shall be trimmed to ensure valve boxes are accessible. Upon approval, County will supply the valve boxes to M reach the specified height. Q 1.7.3. Minor Repairs ■ Field repairs not completed on the same day must continue the next day. ■ Each day repairs are incomplete, the contractor/subcontractor must notify the division and provide them with the work status update. ■ The division shall supply irrigation parts requested by contractor/subcontractor which the contractor shall pickup at the division warehouse, if parts are unavailable, they shall notify division representative, so they can record the parts and work areas that will be affected by loss of irrigation. ■ Division representative may authorize contractor /subcontractor to move to the next roadway. ■ Contractor/subcontractor is responsible for returning damaged and replacement parts to division's warehouse Packet Pg. 885 16.A.2. b located at 4800 Davis Blvd, Naples, FL; Monday — Friday, from 8:00 a.m. — 3:30 p.m. ■ Failure to return parts as required for Division warehouse accountability, may cause contractor/subcontractor to pay for the parts. 1.7.3.1. Minor repairs include may include: replacement of heads, decoders, nozzles, solenoids, installation or replacement of risers, repairs of lateral PVC pipe or funny pipe breaks, and clear any restricted sprinkler lines. 1.7.3.2. Clear obstructions from or around irrigation heads that prohibit them from being able to rise to their full extent (i.e., sod runners, plant material, grass). 1.7.3.3. Review system and repair any blown -off heads, broken lines, or leaks around heads or valves. 1.7.3.4. Clean and adjust sprinkler heads and nozzles to ensure that landscaped areas receive one hundred percent (100%) irrigation coverage and heads are not spraying onto roadways or walkways. Irrigation heads obstructed by the planting beds, it is the responsibility of the contractor to trim the plant material back to ensure that an 18" separation is always maintained. 1.7.3.5. If a longer nozzle is required, the contractor shall change nozzle using County supplied parts. 1.7.3.6. Replace defective and broken heads or nozzles, install or replace defective and/or broken risers, and repair minor breaks or restricted sprinkler lines. 1.7.3.7. Inspect, clean, and replace, if necessary, screen/filters within the sprinkler heads. 1.7.3.8. Minor repairs include replacement of heads, bubblers, nozzles, decoders, and solenoids; installation or replacement of risers; repair of minor/lateral PVC piping breaks or subsurface piping or restricted sprinkler lines, replacement of damaged valve boxes/lids, necessary for the proper and safe operation of the systems. 1.7.3.9. Flag problems and provide a written record to the Road Maintenance Irrigation Supervisor. Unit price includes flags, primer, and glue. 7.4. Contractor/Subcontractor Responsibility Contractor/subcontractor has the sole responsibility to notify Division Representative of irrigation problems or additional irrigation maintenance needs they discover during weekly checks. It's their responsibility to ensure that the plant material is flourishing and does not suffer from insufficient irrigation. They must correct any minor irrigation issues. When discovering a major issue, the contractor must bring it to the Division Representative's attention immediately. The contractor/subcontractor may suffer damages for failure to notify Division. 1.7.5. Irrigation Crew Size and Communication Device Contractor/subcontractor irrigation service crew shall consist of two (2) on-site personnel. Crew shall have field communication devices while performing services, so Division Representatives may contact them in the field. Additionally, a laptop or Smart device will be required for virtual connection to the irrigation system. 1.7.6. Irrigation Crew Scheduled Work Segment work shall be completed in one (1) visit; if necessary, a consecutive day may follow to complete the work. This is a requirement so entire segments are completed at the same time. 1.7.7. Irrigation General Maintenance Report Sheets (GMRS) ■ Contractor/subcontractor must complete one (1) GMRS sheet per controller. ■ GMRS sheets must be completed in its entirety identifying the controller that was inspected ■ GMRS must be emailed to Division Landscape and Irrigation Supervisors no later than 6:30 a.m. the next day to complete final inspections. ■ Contractor /subcontractor must be compliant as written above, so the division inspections are scheduled confirming work was completed. ■ Failure to comply with these directives may result in invoice rejection for non-payment or non-performance deductions. 2. Site Specific Maintenance Use current techniques and standards approved by the University of Florida, Institute of Food and Agriculture Services (UF/IFAS). 2.1. Must possess knowledge and experience in the hard wood canopy, palm pruning, fertilization, support systems, and other aspects of tree care with the ability to recognize, diagnose and report tree defects caused by pest, tree and root structure, and diseases. 2.2. Must adhere to ANSI accredited Standards A300 policies and standards, current edition 2.3. Use ISA Best Management Practices m c c� m c m a N c ca J V 00 L ea L R m c c� m m os on N M r c 0 6 Cn coo m Pr os c d z ca Q Packet Pg. 886 16.A.2. b 2.4. Seven main objectives for pruning services are: 1) reduce the risk of failure; 2) provide clearance; 3) reduce shade and wind resistance; 4) maintain health; 5) influence flower and fruit production; 6) improve views; and 7) improve aesthetics. 2.5. Tree and Palm Maintenance There are four (4) categories under tree and palm maintenance: 1. Basic Tree Pruning; 2. Structural Tree Pruning; 3. Palm Pruning; 4. Stump and Root Grinding. 2.5.1. Basic Tree Pruning In accordance with ISA Best Management Practices, this category is divided into four (4) primary pruning methods which include: a. Cleaning, b. Thinning, c. Raising, and d. Reducing. 2.5.1.1. Cleaning: the selective removal of dead, diseased, cracked, stubbed, hanging, and broken branches. This service can be performed on trees of any age but is most common on middle-aged and mature trees. This is the preferred method for mature trees because it does not remove live branches unnecessarily. The removal location of branches requires review and approval with Division's Landscape Supervisor. 2.5.1.2. Thinning: the selective removal of small live branches to reduce crown density. Proper thinning retains the crown shape and size and should provide an even distribution of foliage throughout the crown. ■ Thinning includes removing dead or broken limbs 1 -inch diameter or larger; if two limbs are crowning or touching each other, shorten or remove one of them; originate within 12 -inches of each other on the trunk, shorten or remove one of them. ■ Use directional pruning, so future growth is directed away from the roadway, sidewalk, building, street lights, or possible obstruction. ■ Thinning increases the sunlight penetration and air movement throughout the crown and with increased light and air stimulate, it aids in maintaining interior foliage. ■ No excessive branch removal on the lower 2/3 of a branch or stem (lion tailing). This may cause adverse effects on the tree and is not an acceptable practice. ■ Thinning crown requires approval by Division Landscape Supervisor, and the percentage of foliage must be specified. The removal percentage is between 10 through 15 percent and should not exceed 25 percent of the foliage when using pruning to thin methods. 2.5.1.3. Raising: raise, elevate, or lift tree canopy by selective removal of branches to provide vertical clearance. ■ Crown raising shortens or removes lower branches of a tree to provide clearance for buildings, signs, vehicles, pedestrians, and vistas. Live crown to clear trunk ratio should be no less than 50 percent when raising is completed. ■ Structural pruning should be considered with raising according to ANSI standards. When raising, the desired clearance should be specified by Division Landscape Supervisor. ■ Branches over paved areas should be shortened or removed to allow approximately 10 -feet over sidewalks, 16 -feet over travel lanes, or clearances specified by Division Landscape Supervisor. ■ Over landscape areas and sidewalks, limbs should be shortened or removed to allow for pedestrian and utility use. ■ Trees within planting beds, an 8 -foot clearance are required or as directed by the Division Landscape Supervisor. ■ Shortening of branching is the desired method of attaining adequate clearance. ■ When pruning is completed, approximately 1/3 of the foliage should originate from branches on the lower 2/3 of each tree. 2.5.1.4. Reducing: pruning to reduce is the selective removal of branches and stems to decrease the height and/or spread of a tree or shrub. ■ This type of pruning is done to minimize the risk of failure, to reduce height or spread, for utility line clearance, to clear vegetation from buildings, or structures, or to improve the appearance of the plant. ■ Portions of the crown, such as individual limbs, can be reduced to balance the canopy, provide clearance, or reduce the likelihood of breakage on limbs with defects. Occasionally, the entire crown is reduced. ■ Reducing or thinning should be considered if cabling is performed. Crown reduction should be accomplished with reduction cuts, not heading cuts. 2.5.2. Structural Tree Pruning Structural tree pruning is the removal of live branches and stems to influence orientation, spacing, growth rate, the strength of attachment, and ultimate size of branches and stems. The removal percentage is between 25 — 50 percent depending on the tree type. Structural pruning includes basic tree pruning techniques listed below. Note: Refer to Best Management Practices "Tree Pruning" (Revised 2008) Companion Publication to ANSI A300 m c M c d c M m Q. M N c M J m M M M M M M c M 9) m m os on N M r c 0 M 2 6 Cn coo m C6 c d z ca Q Packet Pg. 887 16.A.2. b Part I: Tree, Shrub, and Other Woody Plant Maintenance- Standard Practices, Pruning: page 12 Figure 7. "Structural Pruning of a Small Tree" and Figure 8. "Structural Pruning to be done to ensure more sustainable growth patterns." ■ Used on young and medium -aged trees to help engineer a sustainable trunk and branch arrangement. Pruning large -maturing trees such as oaks reduce certain defects and spaces main branching along one dominant trunk. ■ Reduce the number of trunks so that a tree has a dominant leader extending well up into the crown creating a strong crown and durable form. ■ Subordination can reduce branches, so they remain smaller than about half the trunk diameter, which helps prevent structural failure later. The subordinate or co -dominant stems are removed with structural pruning. ■ Insubordination primary objective is the removal of one side of a codominant leader (shortening using a drop - crotch cut). o Branches, trunks, or leaders not considered the main leader, 2 -inch diameter or as determined by the Project 4) Manager or designee should be subordinated or removed. o The main leader shall not be subordinated or removed. Codominant leaders are considered to be two or more c branches, trunks, or leaders of approximately the same size, originating near one another. c o If there is no stem considerably larger than others, then this would be appropriate to subordinate all but one of M them. Division Landscape Supervisor approval required where there is an included bark as part of the condition, preference should be given to the removal of one side. 6 Cn 2.5.7. Tree Relocation V 2.5.3. Palm Pruning 'ya Remove fronds, flowers, fruit, stems, or loose petioles that may create hazardous conditions. Palms may be pruned J for aesthetic reasons to eliminate sprouts and stems or dead fronds and seed pods. 13 are needed. c ■ Live healthy fronds should not be removed. If they must be removed avoid removing those that initiate above m M horizontal. Fronds removed should be severed close to the petiole base without damaging living trunk tissue. M ■ Only those fronds with petiole drooping below horizontal 9:00-3:00 position should be removed. Remove seed pods 0 including those originating among remaining fronds. When removing fronds and seedpods, care should be taken, so pp those fronds that are to remain are not nicked or wounded. ■ Climbing spikes shall not be used to climb palms for pruning. M co 2.5.4. Stump and Root Grinding The contractor must have technical knowledge, ability, and experience in grinding of stumps and roots to remove the W root system and stump. on 2.5.5. Root Management N Must possess a thorough knowledge and experience in root management, to include but not limited to air spade, structural pruning, diagnosis, and root management program. v 2.5.6. Palm Mana eg ment c Contractor shall have the knowledge and ability to treat palm diseases through drenches, foliar sprays, injection methods, and provide a fertilization program for palms. 6 Cn 2.5.7. Tree Relocation Periodically, the County must relocate palms and trees within Collier County limits. Contractor must have the n knowledge and ability to root prune the tree(s) before relocation. In most cases, Maintenance of Traffic (MOT) will o6 be required in order to perform this work safely. Most in-depth information will be provided at the time that services are needed. c d E 2.6. Fertilization Follow OF/IFAS guidelines for turfgrass fertilization. Contractor/subcontractor must have valid licenses issued by Florida Department of Agriculture and Consumer Services for Limited Urban Commercial Fertilizer Applicator Certification Q (FDACS LUFAC). ■ Provide fertilization services four (4) times a year in March, June, September, and December. Only twice (2) a year if using six (6) month application rate. ■ Contractor shall ensure that fertilization scheduling does not exceed the fertilizer label rate prescribed and complies with state and local ordinances. It is important to note that local fertilizer regulations may prohibit the use of nitrogen fertilizers during the summer months. ■ Division Representative may request additional fertilizer applications at any time. ■ Applied at a rate of 1.5 lbs. per 100 square feet. ■ Broadcasted throughout the median planting beds and turf areas. Packet Pg. 888 16.A.2. b ■ All tree pit areas should be fertilized evenly. ■ No fertilizer rings around trees under any circumstances. If a ring is formed, contractor/subcontractor is required to return to the site and spread the fertilizer correcting the situation at their expense. This may include contractor/subcontractor purchasing additional fertilizer because applied fertilizer may not be able to spread. ■ Fertilizer purchased by Collier County is procured under a County agreement. Staff will coordinate with the contractor to issue fertilizer. ■ Immediately remove fertilizers from curbs and sidewalk areas to avoid staining. 2.6.1. Fertilization Applications Contractor/subcontractor shall use deflector shields on all application equipment to minimize the inadvertent application of fertilizer on non -plant areas. Contractor shall blow, sweep, or wash back into the landscape any fertilizer deposited on paved or impervious surfaces. 2.6.4. Turf Fertilization C Notify Division Landscape Supervisor of any plant or turfgrass nutrient deficiency symptoms and provide the recommended measures for correction. C6 ■ Treat deficiencies of specific nutrients with applications of the lacking nutrient in accordance with University of Florida IFAS recommendations until deficiencies are corrected, or as directed from Division Landscape Supervisor. Must have prior approval. E t ■ The number of applications of fertilizer depends on the type of plant material. Apply the minimal amount of 0 fertilizer needed, or as directed from Division Landscape Supervisor. Q ■ Adjust fertilizer rates according to health, maturity, and desired growth patterns. 2.6.5. Fertilization for Establishment During the establishment phase for shrubs, trees, and ground covers, fertilize landscape plants with a slow-release fertilizer as per University of Florida IFAS recommendations. Shrubs and groundcovers shall have the fertilizer blown or fan raked off following the broadcast application. Immediately after the fertilizer is applied, the areas shall be watered. 2.7. Pest Control It is required that the contractor/subcontractor performing services have the following licenses and certifications: State of Packet Pg. 889 m ■ Use "Ring of Responsibility" around or along the shoreline of canals, lakes, or waterways. ■ Ensure fertilizers and other lawn chemicals do not come into direct contact with the water. ■ Apply fertilizer only when plants are actively growing. ■ Clean up spilled fertilizer materials immediately as per University of Florida IFAS recommendations. ■ Store nitrate -based fertilizers separately from solvents, fuels, and pesticides, because nitrate fertilizers are oxidants and can accelerate a fire. Q- M ■ After fertilizing (other than when watering restrictions apply), irrigate with at least a 1/4 -inch of water following N fertilization to avoid the loss of nitrogen and increase uptake efficiency. If water restrictions apply, the c contractor may irrigate as permitted but no more than 'h -inch following fertilization. J ■ Do not exceed the annual nitrogen recommendations in the Fertilizer Guidelines for Established Turfgrass Lawns in Three Regions of Florida as provided on the label. m 2.6.2. Bed, Tree, Shrub, Palm, Flower, Groundcover Fertilization M M If landscape plants show nutrient deficient symptoms, the Division Landscape Supervisor shall be notified within 48 E hours for appropriate action and approval to treat the materials to maintain plant health. m M ■ Broadcast fertilizer uniformly over all the landscaped areas, and consider root location, fertilization objectives, and plant species when applying fertilizer. y ■ In areas where tree or shrub fertilization zones overlap with lawn fertilization zones, contractor shall fertilize one or the other of the plant types, but not both. W os 2.6.3. Palm Fertilization Palms have different nutritional requirements from other landscape plants. They suffer quickly and conspicuously N from inadequate mineral nutrition, whether due to insufficient or incorrect fertilization. Division's Landscape Supervisor will provide the fertilization schedule. Note: Fertilize palms with a granular slow-release fertilizer three to four times per year. An acccptable c formulation is 8-0-12-4 (N, P, K, Mg plus micro -elements). 2.6.4. Turf Fertilization C Notify Division Landscape Supervisor of any plant or turfgrass nutrient deficiency symptoms and provide the recommended measures for correction. C6 ■ Treat deficiencies of specific nutrients with applications of the lacking nutrient in accordance with University of Florida IFAS recommendations until deficiencies are corrected, or as directed from Division Landscape Supervisor. Must have prior approval. E t ■ The number of applications of fertilizer depends on the type of plant material. Apply the minimal amount of 0 fertilizer needed, or as directed from Division Landscape Supervisor. Q ■ Adjust fertilizer rates according to health, maturity, and desired growth patterns. 2.6.5. Fertilization for Establishment During the establishment phase for shrubs, trees, and ground covers, fertilize landscape plants with a slow-release fertilizer as per University of Florida IFAS recommendations. Shrubs and groundcovers shall have the fertilizer blown or fan raked off following the broadcast application. Immediately after the fertilizer is applied, the areas shall be watered. 2.7. Pest Control It is required that the contractor/subcontractor performing services have the following licenses and certifications: State of Packet Pg. 889 16.A.2. b Florida Pesticide License, State of Florida Certified Pest Control Operator and Collier County Pest Control License. Pest Control Firm shall make on-site inspections and provide written reports to the Division Landscape Supervisor monthly. 2.7.1. Contractor shall provide an overall written pest and spray program that shall incorporate ant control and shall meet or exceed the following minimum standards: ■ Describe procedures, methods, and techniques that will enhance the environment. ■ Provide the maximum protection for the health, safety, and welfare of the public and environment. ■ Provide MSDS Sheets for chemicals upon request. ■ Provide signage where applicable. 2.7.2. Contractor shall make on-site inspections and provide written reports to Division's Landscape Supervisor. 2.7.3. Methods of Application m c One hundred percent (100%) coverage and penetration shall be provided. Insecticides and Fungicides shall be applied d at the proper pressure to provide maximum coverage. v ■ Insecticides should be alternated from time to time to prevent an insect resistance to the application. c ■ Herbicides used in turf areas shall be applied at the proper pressure. Q. ■ Turf herbicides shall not be applied when the daily temperature exceeds 85 degrees. N ■ Spreader sticker (Nu -Film 17 or equal) shall be incorporated in all spraying of groundcovers, shrubs, trees, palms, 0 and turf areas when recommended by the label. J ■ Spray applications shall be applied during times of "No -Wind" conditions. 13 ■ No trucks or tractors with bar type tires or a gross weight greater than 3,000 pounds will be allowed within or on co m the median areas. COM ■ At the time of application, provide and place, traffic control meeting Florida Department of Transportation, M M.U.T.C.D and Indexes and the County MOT. .0 ■ All spray applications shall contain a wetting agent within the mix when recommended by the label or the pc°p Division Landscape Supervisor. ■ The pH of water used in the mix must be adjusted to meet pesticides manufacture recommendation, and water pH Q and method must be documented and provided to the Division Landscape Supervisor. y 2.7.4. Rate of Application m All chemicals shall be applied at the rates recommended on the manufacturer's labels. on T_ 2.7.5. Materials List N All insecticides, fungicides and herbicides chemicals to be used on turf areas and on plant materials shall be submitted in writing to Division Landscape Supervisor for review and approval. All chemicals used shall be approved for use by v the Environmental Protection Agency for its intended use and area of use. c 0 2.7.6. Application Schedule Division's Landscape Supervisor shall provide approval before applications occur. Contractor /subcontractor that 2 apply chemicals without schedules and prior approval may have invoices rejected by the Division and services not i� paid. co m 2.7.7. Turf Areas: Insecticides & Fungicides - Applications on an as needed basis; Herbicides - Application on an as needed o6 basis, Post -emergent in November, January and March or on an as -needed basis with approval. 2.7.8. Groundcovers, Shrubs, and Trees: Insecticides & Fungicides - Applications on an as needed basis with approval c t 2.7.9. Bed Areas: Herbicides — Applications on an as needed basis, Pre -emergent in February and September; Post - emergent in November, January and March or on an as -needed basis, prior approval by the Division's Landscape Q Supervisor. 2.7. 10. Ornamental & Turf Spraying Overall Ornamental & Turf Spraying of plants, shrubs, and grassed areas within areas included in the contract. ■ Applications on shrubs and groundcovers shall have the fertilizer blown or fan raked off following the broadcast application. Immediately after the fertilizer is applied, the areas shall be watered. ■ Applications shall be made to turf the day following irrigation or a rain event when grass blades are dry. In areas where applicable, immediately after the fertilizer is applied, the sprinklers shall be activated to provide '/4 -inch of water to the soil's surface and to dissolve water-soluble particles. Packet Pg. 890 16.A.2. b ■ In areas where applicable, immediately after the fertilizer is applied, the sprinklers shall be activated for 30 minutes to bring organic fertilizers to the soil's surface and to dissolve water-soluble particles. ■ After watering, controls shall be returned to automatic mode. ■ Remove fertilizers from curbs and sidewalks to avoid staining. 2.8. Pests Management Contractor shall use pesticide applications in accordance with the rules and regulations governing the use of pesticides in Florida and Florida Statutes. 2.8.1. Contractor Responsibilities ■ Use Integrated Pest Management (I.P.M.) principles and methods. ■ Use a pest -control strategy only when the pest is causing damage or is expected to cause additional damage than can be reasonably and economically tolerated.4) ■ Implement a control strategy that reduces the pest numbers to an acceptable level while minimizing harm to non- r_ targeted organisms. ■ Post appropriate application signs with each treatment. ■ Keep records of pest problems identified and control treatment applied. M ■ Record in the records whether the "corrective actions" actually reduced or prevented pest populations, was economical and minimized risks. Q. ■ Provide a copy of the records to Division. N ■ Refer to past corrective actions when making similar decisions in the future. 3 ■ Dispose of used containers in compliance with label directions to prevent water contamination. J ■ Follow current University of Florida IFAS pest management recommendations as per IFAS Publication ENY- ENY-298, Landscape Integrated Pest Management, at http://edis.ifas.ufl.edu/inl09. m 2.8.2. Pest and Spray Program M M Pest Control Firm shall provide an overall written pest and spray program that shall incorporate ant and rodent control 10- and shall meet or exceed the following minimum standards: pc°p M ■ Describe procedures, methods, and techniques that will enhance the environment. M ■ Provide the maximum protection for the health, safety, and welfare of the public and environment. y ■ List of all chemicals. ■ List application methods. os 2.8.3. Documentation ■ Records must be kept of all pesticide applications. N ■ Documentation shall include but not limited to: date and time of application, weather conditions at the time of application, chemicals applied and the name of the applicator. v ■ Pesticide record shall be submitted as backup with the monthly invoice for payment. c ■ Failure to submit pesticide documentation may deem invoice rejection and non-payment for applications. C 2.8.4. Turf Areas Insecticides & Fungicides - Applications on an as -needed basis, with prior approval by the Division Landscape i� Supervisor. Once approved and sprayed, contractor/subcontractor must submit documentation that states: 1. Date and time of application, 2. Weather conditions at the time of application, 3. Chemical applied, quantity, 4. Applicator n name.' as ■ Herbicides — Applications on an as needed basis with prior approval by the Division Landscape Supervisor, to include: c ❑ Pre -emergent are to be applied in February and September E ❑ Post -emergent are to be applied in November, January, and March. ■ Insecticides & Fungicides - Applications on an as -needed basis, with pre -approval by the Division's Landscape M Supervisor. Q ■ Groundcover Bed Areas: For example, Lantana, Asiatic jasmine, any perennial or ground cover bed areas that are more prone to being infested by weeds. 2.8.5. Weed management Contractor shall use IPM methods to reduce weeds in turf area. If significant and continuing weed problems occur, Contractor shall notify Division Landscape Supervisor and request authorization for the use of a pre -emergence herbicide. After Division Landscape Supervisor authorizes the use of the herbicide, the contractor shall apply the herbicide per label instructions and in accordance with local and state ordinances. Packet Pg. 891 16.A.2. b Optimal insect pest control is most likely achieved in landscapes following IFAS recommended cultural practices to promote healthy plants and conserve natural biological control organisms. Contractor shall use IPM practices to manage insects in the landscape, which include: ❑ Proper insect identification. ❑ Active monitoring of insect activity and abundance. ❑ Utilizing mechanical and cultural practices first, when available. ❑ Preserving natural, biological control organisms. ❑ Spot -treating insect pest -infested areas when possible, rather than cover spraying the landscape. ■ When possible, the contractor shall use selective, reduced -risk insecticides rather than broad-spectrum, non- selective products. This conserves natural predators and parasitoids in the landscape that are attacking other plant pests. ■ Contractor shall treat fire -ant mounds individually as they occur with bait formulas. Place fresh bait surrounding the mound without disturbing the mound itself ■ Contractor must broadcast baiting at the beginning of spring and broadcast treatment in recreation and common areas only as needed. ■ As needed, the contractor shall treat sap -feeding pests like southern chinch bug, mealybugs, and scale insects using systemic or translaminar products that get into plant material to be ingested by the insect. ■ Contractor shall utilize up-to-date UF/IFAS management recommendations for specific landscape insect pests. 2.8.6. Plant Disease Correct cultural practices are the key to control of plant diseases, especially proper irrigation. Root rots and foliar leaf spots in turfgrass and plant beds often occur when excessive moisture is present for extended periods. Contractor / subcontractor shall notify Division Landscape Supervisor of any outbreaks that occur and may recommend reducing the frequency of irrigation. If the disease is significant and persistent, contractor /subcontractor may apply a fungicide that is approved by Division Landscape Supervisor. 2.8.7. Growth Regulator Trimtect® or Equivalent to be used for Shrubs, Groundcovers, and Bedding Plants. Follow manufacturer's recommendations for application and amount of water needed. 2.8.7.1. Application Timing: ■ Natural Appearance: Apply when shrubs reach desired appearance. Slow growth will start two weeks later. ■ Manicured Look: Prune back shrub, allow re -growth to tip back, then apply the growth regulator. ■ Sheared Look: Dormant Shrub Trimming: Apply Growth Regulator just after bud break and leaf expansion. Growing Season Shearing: Shear shrub to a formal look. Apply Growth Regulator within one week after trimming. 2.8.7.2. Foliar Application: ■ Apply to dry foliage, just after bud break and leaf expansion during the growing season. ■ Before applying Growth Regulator, remove any dead leaves, trash, and any other debris that could prohibit spray. ■ Apply within 1-2 weeks after pruning for best results. ■ Apply as a spray -to -drip application, ensuring the foliage, canopy, and all woody stems are thoroughly covered. ■ Completely spray the entire plant. ■ Avoid application if rain is imminent. ■ Spray to drip on leaves, green twigs, and shoots. 2.9. Chemical Records Documentation Records of all applications shall be kept according to state or federal regulations. According to the Department of Environmental Protection, the Records may include, but are not limited to, the following information: ■ Application date and time ■ Applicator's name ■ Personnel that is directing or authorizing the application ■ Application weather conditions at the time of application ■ Target Pest ■ Chemical used (trade name, active ingredient, amount of formulation, amount of water) m c c� c m c m a N c ca J m L ea L R m R c c� m m os on N M r r c 0 M U 0 Cn co m os c d E t ca Q Packet Pg. 892 16.A.2. b ■ Adjuvant/surfactant and amount applied if used ■ Area treated (acres or square feet) and location ■ Quantity of pesticide used ■ Application equipment ■ Any Additional remarks, such as the severity of the infestation or life stage of the pest ■ Follow-up date to check the effectiveness of the application. 3. ALTERNATIVE SERVICES The items listed in this section are for services and commodities that are "as needed" by the Division. The Division may request them throughout the contract term. If these items are requested, the Division will request quotes from the contractor; if the contractor is unable to provide the commodities or services, and informs the Division, the Division shall request quotes off contract following the Procurement Ordinance for informal competition (purchases $3,000 but not greater than $50,000). 3.1. Mulch The division may request contractor to supply mulch with labor to install or labor only to install County supplied mulch. The division reserves the right to utilize other contracts for these services. Forestry Resources is the supplier for this organic Premium Grade A mulch, that is color enhanced brown with slight red hue, and named "Collier County Brown or Old Florida Blend Mulch." ■ The formula is: 40 Rojo, 7 lb., containing an ionized colorant to resist bleeding and staining, color enhanced that is fade resistant, and has a non-toxic biodegradable coating. ■ It is derived from 100% Pine commercial logging or harvesting from recycled materials such as land clearing. ■ It must contain only natural wood fibers, contaminate free, and cured to eliminate seed germination of invasive plants or weeds. ■ Shredded to a size no larger than three and 3 -1/2 -inches, and not too thin that it degrades rapidly. ■ Mulch pieces exceeding 3 -1/2 -inches must be removed. ■ Organic mulch in areas where there is no mulch or new plantings requires 4 -inches of non -compacted or unsettled depth that is measured from the existing soil grade. Before mulch placement, remove all weeds and rake level to establish the correct finished grade. ■ Non-organic mulch such as washed shell or gravel shall have a 3 -inches non -compacted depth. ■ Re -mulch or top dress non-organic mulch areas to ensure a 3 -inches depth is maintained. ■ Re -mulching of plant beds and individual plants shall have 2 -inches of non -compacted layer applied once a year during March or April and November or December. ■ Leave 2 -inches of space from plant bases. ■ Leave 12 -inches to 18 -inches of space from tree or palm trunks. ■ Apply new mulch in a level profile consistent with pre-existing grades, so that the final depth of both existing and new layers have a minimum of 2 -inches and not to exceed 3 -inches. ■ Do not apply mulch against trunks, plant bases, on plants, or plant stems; taper mulch down to the soil at these locations. ■ Locations where the existing mulch bed is in contact with paved surfaces (i.e., sidewalks, roadway edges, or curbing and driveways), the contractor shall lightly trench the mulch -hard surface bed line to better contain the existing and applied mulch. ■ Rake or sweep mulch off hardscape areas, turf, and plant beds. ■ Rake smooth mounded areas so that depth does not exceed 3 -inches. ■ Maintain mulch areas 1 -foot from the back edge of curbs. ■ Maintain mulch in median planting beds as pathways for maintenance workers. This will aid in keeping plant material from encroaching into roadways. ■ Do not place mulch on or over valves or valve boxes. ■ Improperly installed must be corrected immediately, at no additional charge to the County. ■ Mulching services to be completed within the established time parameters. 3.2. Pressure Cleaning Pressure cleaning services may be requested for hardscape areas such as bricks, curbing, pavers, sidewalks, and paved areas to remove tire marks and other deposited dirt. The division Supervisor will authorize the work to start. If the contractor encounters hardscape damages while providing services, they shall immediately notify the division's Supervisor. The unit price for this service is lump sum and it is inclusive of all costs to complete the work. ■ Sealing of paving areas may be at the direction of the Division's Supervisor on a time and material basis. ■ Pressure cleaning equipment must have adequate power to remove pavement markings without destabilizing the pavers. Contractor may be required to re -sand paver joints if destabilized. ■ Upon finding damage to the brick curbing or paving, immediate notification to the Division's Supervisor is required. Following the notification, and with approval from the Division's Supervisor, the contractor shall clean-up debris if r Q Packet Pg. 893 16.A.2. b present, and flag off the areas with protective barriers and high visibility hazard tape. An hourly labor rate shall apply all-inclusive of equipment, materials, and disposal fees. ■ It is at the Division Landscape Supervisor's discretion to utilize the contractor, use in-house labor, or quote work for the removal, replacement, and repairing of brick curbing and pavers. 3.3. Emergency eMonse Labor Hours The contractor must be available to respond as follows for emergency call outs that occur Monday through Friday after 5:00 p.m. and be available 24 hours during weekends and holidays. ■ At the Contract Kick -Off meeting, the contractor shall designate two (2) employees that will represent the company for emergency calls requested by the division representative. They shall provide names and contact information. ■ In the event of an emergency, the division representative shall contact the contractor's designated emergency contact personnel by phone. If the contractor's employees were unable to immediately take the call, they must contact the division representative within one (1) hour of the division representative's call. ■ Following the conversation with the division representative, the contractor's employee shall respond onsite at the emergency location within two (2) hours. ■ Upon arrival at the emergency response location, the contractor shall remove unsafe conditions, which would adversely affect the health, safety or welfare of the public. If the contractor is unable to do so, they must immediately notify the division representative. ■ Failure to respond as stated above may result in a $100 penalty per incident; penalty enforcement is at the division's discretion. 3.4. Landscape Personnel Labor Hours Line items shall be used for miscellaneous landscaping as directed by the Landscape Division. 3.5. Irrigation Personnel Labor Hours & Irrigation Equipment These line items shall be used for major repairs as outline below or other irrigation work as directed by the Division's Irrigation Supervisor. ■ Major irrigation repairs may include, but not limited to Valve cleaning and repairs, controllers, electrical wiring, and main lines. y ■ Major repairs are more extensive work, and they are not included in weekly irrigation services. ■ Major repairs line items include Irrigation Supervisor hourly rate, Irrigation Technician hourly rate, and Irrigation W Equipment usage rate. on ■ Irrigation Equipment hourly usage rate shall only be invoiced when the equipment is being used during work. 3.6. Tree and Palm Maintenance Services CD N C" Work may require re -planting, re -standing, and stake for fallen or leaning plant material, trees, and palms. Unit price v includes materials to complete the work, equipment, machinery, cranes, fuel, labor, equipment operators, Maintenance of c Traffic (MOT) and its equipment (i.e. arrow board, cones, etc..), water wagon or truck, and white spray paint to mark and identify irrigation lines that are visibly broken. If County's irrigation system is not functioning while performing services, the contractor/subcontractor is responsible to i� water the trees or palms that are being replanted and staked to eliminate air pockets and to allow the soil to settle. Contractor shall provide the water and watering equipment to perform the service. n 3.6.1. Root Pruning, Replanting, and Staking of Palms and Trees C6 Includes cutting and removing circling roots or defective roots, and it also removes root defects near the trunk base. c Following pruning replant or re -stand the palm or tree and install staking and guy materials. E t 0 Refer to IFAS Storm Publication, by Dr. Ed Gilman; American National Standards Institute. 2001. American a National Standard for tree care operations—Tree, Shrub, and Other Woody Plant Maintenance—Standards practices Q (Pruning). ANSI A300 (part 1). New York: American National Standards Institute. Packet Pg. 894 16.A.2. b 3.6.2. Removal (Trees & Palms) Removal of trees or palms that no longer have viable life, pose risks in the public right-of-way, damaged trees that cannot be pruned, trees that are unable to grow and develop a safe viable crown with restoration pruning, or crown reduction that may cause property damage or personal injury. The unit costs include labor, equipment, machinery, rootball and stump removal, soil replacement, loading and hauling debris to a disposal site, and disposal fees. 3.6.3. Stump Tip Over's Tree and palm stump tip over work consists of removing rootball and stumps that were damaged by accidents, weather events, disease, or damage. Cost inclusive of labor, equipment, machinery, removal of rootball and stump, loading and hauling debris to a disposal site, and disposal fees. 3.6.4. Soil Replacements Cost inclusive of providing soil, equipment, materials, and labor to deliver and install. 3.6.5. Debris Removal Cost includes labor, equipment, materials, debris loading and hauling to a disposal site, and disposal fees. 3.7. Equipment with Operator Rates Contractor's hourly unit price shall be all inclusive of equipment, equipment operator, fuel, labor, supplies, from portal to portal. The equipment hourly usage rates shall only be invoiced when the equipment is being used. 3.8. Traffic Accident Cleanup Work consists of hourly labor for removal of damaged plant materials, accident debris, equipment to cleanup site from traffic accident, hauling disposed debris and materials to a disposal site, blowing mulch from roadway and hardscapes surfaces, re -installing non -damaged plant materials that have a viable life, and arranging the other disturbed materials to the correct landscape design. 3.9. Crushed Shell Crushed Shell available in quarter inch (1/4") through half-inch (1/2") and one -inch (1") through one and one half -inches (1- 1/2"); sizes are approximate. 3.10. Materials Markup Percentage Materials markup percentage for non -bid line items is 10%. Reimbursement of non -bid line items requires the contractor to submit the receipts showing the cost of goods to verify markup percentages. Failure to provide backup receipts showing costs of goods will result in invoice rejection. 4. GENERAL INFORMATION 4.1. Work Area Conditions Contractor agrees and accepts awarded work areas are in an "as is" condition. It is their sole responsibility to complete a site visit and inspection the area before submitting bids. 4.2. Contractor's Work Schedule Work schedules sent to the Landscape Division, shall be scheduled in a manor, to complete the work in one (1) visit. Do not move to the next roadway until the segment is completed, or unless directed the Landscape Division. ■ Contractor shall provide work schedules before starting work; THIS IS A MANDATORY REQUIREMENT. ■ Services for this contract require inspections, so schedules are mandatory. ■ Failure to provide work schedule(s) may result in services not paid. ■ Work schedules must be sent in advance, before work starts, via email to the Division's Landscape & Irrigation Supervisors the week prior, if this is not feasible, the deadline for submission is Monday by 6:30 a.m. before services commence. Work schedules are Monday through Friday when County offices are open, unless approved by the Division. ■ Schedules must list crew member names, service dates, times, and locations. ■ Irrigation services are weekly; dependent upon conditions site conditions, the schedule may be decreased or increased at the division's discretion. ■ If the contractor changes the work schedule from what was originally submitted, they shall immediately notify the Landscape Division. This is a mandatory requirement for contract compliance. ■ The Division reserves the right to change schedules as needed for seasonal, weather, work conditions, budgetary, or if it is in the best interest of the County. m c M c d c M m Q. M N C M J CO M M M L M m M c M m m C6 CD N M r r c 0 6 Cn coo m C6 c d E z M Q Packet Pg. 895 16.A.2. b 4.3. Crew Sizes The minimum crew sizes for services are listed below. ■ Routine Landscape Maintenance: one (1) crew consisting of six (6) employees. ■ Chemical applications: at minimum, two (2) employee crew. ■ Irrigation: at minimum, two (2) on-site employees. o Crew shall have field communication devices while performing services, so Division Representatives may contact them in the field. o Crew shall be equipped with a laptop or Smart device for virtual connect to the irrigation system. 4.4. Contractor's Employees Employees shall be fully trained, licensed and certified, insured, and be able to effectively communicate with County staff, and capable of safely operating equipment and vehicles. 4.5. Safety Contractor shall use caution while working in County Right -of -Way and roadways. Contractor/subcontractor shall use extra caution when spraying chemicals to avoid harm to others and avoid damage to non -targeted plant materials. Chemicals spills shall be reported by contractor/subcontractor employees to the Division and Florida Department of Environmental Protection (FEDP) if required. Any damages that require repairs or replacement shall be the contractor/subcontractor responsibility at no cost to the County. 4.6. Maintenance of Traffic (MOT) Contractor is responsible in maintaining MOT Intermediate Level Certification to perform services in the ROW and medians. Contractor shall have MOT devices for adequate traffic control, and depending on the roadway, it may include signage, arrow boards, message boards, warning devices, barriers, and flagmen. ■ MOT is required for the safety and protection of Contractor's employees and motorists during the performance of services in the ROW and medians. ■ Contractor's sole responsibility for safety in the work zone. ■ MOT shall conform to the latest edition of the FDOT, Design Standards, 600 series, and The Manual on Uniform Traffic Control Devices (MUTCD) ■ Contractor or sub -contractor will be required to have current FDOT approved MOT Intermediate Level Certification for FDOT, Design Standards, 600 series for work in ROW medians and roadways. ■ Contractor's employee responsible for the setup and maintenance of the traffic control plan shall possess FDOT approved certification in their name, and they must be readily available within twenty (20) minutes of the initial contact for work zone safety issues. 4.7. Lane Closure No lane closures are permitted between the hours of 7:00 AM through 9:00 AM and 3:30 PM through 6:30 PM on weekdays. Lane closures require Maintenance of Traffic (MOT) with the proper placement of lane closed signs, pre -warning signs, arrow boards, traffic cones, etc. It is mandatory that your company notifies Growth Management Department, Customer Service Specialist or designee, on Wednesday before lane closure(s) so it can be announced in Collier County's public Road Alert Notification. 4.8. Damages Contractor negligence in the performance of services causing damages shall be repaired or replaced at the Contractor's expense within seventy-two (72) hours. Some examples of negligence resulting in damages are dying plants, shrubs, trees, grass or foliage because of contract performance neglect by the contractor, contractor's employees, or subcontractors. Failure of the contractor to provide ramps or other devices to gain access over the curbs into medians causing curb or turf areas damages requires replacement at the contractor's expense. 4.9. Accident Reporting Contractor shall be responsible each week to contact the County personnel to report any accidents or thefts involving or occurring within the areas covered by this Contract. Should accidents or thefts occur, the contractor shall photograph the damage or loss and provide that photo the division Supervisor, at no additional cost. If assistance is requested by law enforcement, emergency personnel or others, the costs are included in the unit price. 4.10. Key Personnel Contractor/subcontractor shall provide the division with key personnel, and an assign a Project Manager, Supervisor, and Crew Leader. Q Packet Pg. 896 16.A.2. b ■ Contact information must be provided to division at the contract kick-off meeting. It must include emails, business, and cell phone numbers. ■ Contact employees must be English speaking and effectively communicate with Division staff. ■ Work issued to the Project Manager and Supervisor/Crew Leader must have their full attention ensuring the schedule progresses daily, work remains constant, and they bid specifications. ■ For key personnel absence, contractor/subcontractor shall immediately notify Division with substitution personnel providing their names and contact information via email. ■ Division reserves the right to remove key personnel from a contract that fails to communicate and ensure services are performing per contract specifications effectively. 4.11. Meetings Either party may request meetings throughout the contract term, and it may require mandatory attendance. There are no additional costs to the County for these meetings. 4.12. Work Delays/Time Extensions Inclement weather, Acts of Force Majeure, or unforeseen circumstances at no fault of the contractor/subcontractor causing work delays. An example of an inexcusable delay is the contractor having insufficient equipment to complete services. The contractor/subcontractor shall immediately notify the division supervisor of any work delays, and within twenty-four (24) hours, follow-up in an email explaining the delay. The division supervisor will review the request to determine if the delay is at no fault of the contractor/subcontractor. 4.13. General Maintenance Report Sheets (GMRS) GMRS shall be completed on a weekly basis, signed by contractor and submitted via email to the Division's Landscape Supervisor the next day following completion of services. 4.14. Inspections Contractor shall email work schedules to the division Supervisors before work begins for inspections. ■ Any work deficiencies noted during an inspection shall be corrected before final acceptance at the Contractor's expense. Deficiencies will be corrected within 48 hours after receipt of notification. ■ Contractor's Supervisor or Project Manager is required to conduct on-site inspections with division's Supervisor, weekly or monthly, to verify services are being performed satisfactorily per the contract specifications. 4.15. Utilities Contractor shall be responsible in exercising pre -cautions while working near utilities. ■ Before digging, contractors are required to call Sunshine 811 at 811 or 800-432-4770, Monday — Friday from 7:00 a.m. — 5:00 p.m. ■ Sunshine 811 requires two (2) full business days' notice. Any damage to utilities is the Contractor's sole responsibility, and at no cost to the County. 4.16. Non -Performance Penalties The County reserves the right to assess non-performance penalties for goods not delivered; services not performed; work deficiencies not corrected; Monthly task schedule service line items that were omitted and not performed; services not performed in accordance with the specifications and contract documents; or services not completed within the timelines. The County will not pay for service line items that were omitted, incomplete, or work deficiencies that were not corrected. Non -Performance Penalty Line Items Penalty Amount Median Mowing, Edging & Street Cleaning $200 per day, per area Side ROW Mowing, Edging, & Street Cleaning $200 per day, per area Weeding $200 per day, per area General Site Trimming $150 per day, per area Trash Removal $150 per day, per area All other service line items not listed $150 per day, per area Q Packet Pg. 897 16.A.2. b Note: Service task line items where the contractor failed to perform or complete the work, the County may choose one of the following options, and the contractor may be liable to pay the associated costs. The County reserves the right to select an option below that meets the needs of the County to complete the work, or they may choose another method. (a) Utilize County staff to complete the service line item(s). The contractor may liable to reimburse the County the actual costs for labor, materials, fuel, and equipment. (b) Staff to solicit a Request for Quote following the County's Purchasing Ordinance. The contractor may be liable to reimburse the County at the quoted price following the completion of services by the quoted contractor. (c) Request services utilizing another County landscape maintenance agreement. The contractor may be liable to reimburse the County at those contracted rates. 4.17. Compensation Invoices submission for payment approval must be accurate and complete with details of services performed or commodities purchased. ❑ Payment shall be approved for schedule line items or work completed that is satisfactory by the division Supervisors. c d ❑ Non -bid line item purchases shall have markup percentage applied with receipts provided for costs verification. M ❑ Invoices will be rejected for inaccurate information. ❑ Invoice must include, at a minimum: Division Name, Contract Number, Purchase Order Number, Work Order M Number (if applicable), Details of Services Performed or Commodities Purchased, and if there are Non -Bid Line N Items, the contractor's cost for each item plus the percentage markup. M J > m VENDOR CHECKLIST - - M *Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): M L The Solicitation Submittal has been signed. M m 0 The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. y All applicable forms have been signed and included, along with licenses to complete the requirements of the project. m Any addenda have been signed and included. w Affidavit for Claiming Status as a Local Business, if applicable. N M r Division of Corporations - Florida Department of State — http:Hdos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). c M 0 0 Cn co m C6 Q Packet Pg. 898 16.A.2. b EXHIBIT A SITE SPECIFICATIONS Santa Barbara Boulevard from Rattlesnake Hammock Road to Davis Boulevard Work Area 21B / Approximately 2.00 miles This is a new work area that was recently constructed for landscape and irrigation. Work area sites are accepted "As Is." There will be no additional compensation for awarded work areas. It is highly recommended that Contractors visit the site before bidding for a full assessment. Santa Barbara Boulevard from Rattlesnake Hammock Road to Davis Boulevard improved median numbers 1 through 14. Median # Plant Beds Square Feet Floratam Sod Square Feet Pavers Square Feet 1 5,371 0 188 2 708 0 303 3 8,360 0 268 4 (concrete divider) 5 839 0 303 6 21,424 3,892 170 7 1,329 0 146 8 11,811 9,017 108 9 1,314 0 144 10 12,152 9,608 108 11 1,645 0 144 12 22,538 22,555 118 13 2,013 198 14 9,304 1,461 175 Total Square Feet 98,808 46,533 2,373 MEDIAN #1 Quantities Scientific Name Common Name Details 232 Arachis glabra `Ecoturf Perennial Peanut 85 Carissa'Emerald Blanket' Emerald Blanket Carissa 63 Bougainvillea spp. Silhouette Silhouette Bougainvillea Purple/Pink Flower 28 Bougainvillea spp. Miss Alice Miss Alice Bougainvillea White Flower 33 Dietes bicolor Yellow African Iris 23 Zamia floridanum Coontie 14 Muhlenbergia capillaris "White Cloud" White Muhly Grass 5 Lagerstroemia `Muscogee' Muskogee Crape Myrtle Purple Flowering Tree MEDIAN #2 Quantities Scientific Name Common Name Details 60 Arachis glabra `Ecoturf Perennial Peanut 42 Carissa'Emerald Blanket' Emerald Blanket Carissa m c M c a� c M m Q. M N C M J m M L- M M L M m M c M m m os on N M r r c 0 0 Cn coo m o� c d E z ca Q Packet Pg. 899 16.A.2. b MEDIAN #3 Quantities Scientific Name Common Name Details 358 Arachis glabra `Ecoturf Perennial Peanut 6 Veitchia montgomeryana Montogomery Palm 80 Dietes bicolor Yellow African Iris 160 Carissa'Emerald Blanket' Emerald Blanket Carissa 68 Bougainvillea spp. Silhouette Silhouette Bougainvillea Purple/Pink Flower 6 Lagerstroemia speciosa Queen Crape Myrtle Purple Flowering Tree 10 Serenoa Repens `Cinerea' Silver Saw Palmetto 7 Sabal palmetto Cabbage Palm 70 Muhlenbergia capillaris Muhly Grass MEDIAN #4 Concrete Divider MEDIAN #5 Quantities Scientific Name Common Name Details 13 Strelizia regina Orange Bird of Paradise 90 Arachis glabra `Ecoturf Perennial Peanut MEDIAN #6 Quantities Scientific Name Common Name Details 6 Roystonea elata Royal Palm 70 Dietes bicolor Yellow African Iris Yellow Flower 646 Arachis glabra `Ecoturf Perennial Peanut Yellow Groundcover 132 Bougainvillea spp. Silhouette Silhouette Bougainvillea Purple/Pink Flower 72 Bougainvillea spp. Miss Alice Miss Alice Bougainvillea White Flower 6 Lagerstroemia `Muscogee' Muskogee Crape Myrtle Purple Flowering Tree 20 Serenoa Repens `Cinerea' Silver Saw Palmetto 14 Sabal palmetto Cabbage Palm 145 Muhlenbergia capillaris Muhly Grass 239 Carissa'Emerald Blanket' Emerald Blanket Carissa White Flower 28 Rondeletia leuco h lla Panama Rose 6 Bucida bucerus 'Shad Lady' Shady Lad 464 Arachis glabra `Ecoturf Perennial Peanut 96 Zamia floridanum Coontie 4 Quercus virginiana Live Oak 21 Philodendron selloum Split leaf Philodendron 4 Veitchia montgomeryana Montgomery Palm 46 Muhlenbergia capillaris "White Cloud" White Muhly Grass MEDIAN #7 Quantities Scientific Name Common Name Details 335 Arachis glabra `Ecoturf Perennial Peanut 34 Carissa'Emerald Blanket' Emerald Blanket Carissa MEDIAN #8 Quantities Scientific Name Common Name Details 101 Arachis glabra `Ecoturf Perennial Peanut 49 Carissa'Emerald Blanket' Emerald Blanket Carissa White Flower 49 Dietes bicolor Yellow African Iris Yellow Flower 0 N M r r c 0 .2 0 Cn co m C6 c a� E z ca r Q Packet Pg. 900 16.A.2. b MEDIAN #8 Quantities Scientific Name Common Name Details 150 Bougainvillea spp. Miss Alice Miss Alice Bougainvillea White Flower 8 Veitchia montgomeryana Montgomery Palm 99 Muhlenbergia capillaris "White Cloud" White Muhly Grass 6 Quercus virginiana Live Oak 132 Bougainvillea spp. Silhouette Silhouette Bougainvillea Purple/Pink Flower 22 Philodendron selloum Split leaf Philodendron 6 Lagerstroemia indica "Natchez" Natchez Crape Myrtle White Flower 14 Serenoa Repens `Cinerea' Silver Saw Palmetto MEDIAN #9 Quantities Scientific Name Common Name Details 269 Arachis glabra `Ecoturf Perennial Peanut 8 Strelizia regina Orange Bird of Paradise Orange Flower MEDIAN #10 Quantities Scientific Name Common Name Details 41 Carissa'Emerald Blanket' Emerald Blanket Carissa White Flower 85 Arachis glabra `Ecoturf Perennial Peanut Yellow Flower 69 Dietes bicolor Yellow African Iris 8 Veitchia montgomeryana Montgomery Palm 92 Muhlenbergia capillaris "White Cloud" White Muhly Grass 174 Bougainvillea spp. Miss Alice Miss Alice Bougainvillea White Flower 132 Bougainvillea spp. Silhouette Silhouette Bougainvillea Purple/Pink Flower 22 Philodendron selloum Split leaf Philodendron 6 Quercus virginiana Live Oak 9 Lagerstroemia `Muscogee' Muskogee Crape Myrtle Purple Flowering Tree 21 Serenoa Repens `Cinerea' Silver Saw Palmetto MEDIAN #11 Quantities Scientific Name Common Name Details 58 Agapanthus Agapanthus Blue Flower 390 Arachis glabra `Ecoturf Perennial Peanut MEDIAN #12 Quantities Scientific Name Common Name Details 160 Arachis glabra `Ecoturf Perennial Peanut 52 Dietes bicolor Yellow African Iris Yellow Flower 24 Carissa'Emerald Blanket' Emerald Blanket Carissa 8 Veitchia montgomeryana Montgomery Palm 166 Bougainvillea spp. Miss Alice Miss Alice Bougainvillea White Flower 103 Muhlenbergia capillaris "White Cloud" White Muhly Grass 12 Quercus virginiana Live Oak 287 Bougainvillea spp. Silhouette Silhouette Bougainvillea Purple/Pink Flower 44 Philodendron selloum Split leaf Philodendron 30 Serenoa Repens `Cinerea' Silver Saw Palmetto 15 Serenoa Repens Green Saw Palmetto 18 Sabal palmetto Cabbage Palm 120 Muhlenbergia capillaris Muhly Grass m c c� c d c m Q. N c J m M M M L M m M c M m m os 0 N M c 0 M .2 0 Cn coo to o� c a� E z 0 a Q Packet Pg. 901 16.A.2. b MEDIAN #12 Quantities Scientific Name Common Name Details 6 Lagerstroemia `Muscogee' Muskogee Crape Myrtle Purple Flowering Tree MEDIAN #13 Quantities Scientific Name Common Name Details 20 Strelizia regina Orange Bird of Paradise 524 Arachis glabra `Ecoturf Perennial Peanut MEDIAN #14 Quantities Scientific Name Common Name Details 128 Arachis glabra `Ecoturf Perennial Peanut 54 Bougainvillea spp. Silhouette Silhouette Bougainvillea Purple/Pink Flower 30 Dietes bicolor Yellow African Iris Yellow Flower 8 Veitchia montgomeryana Montgomery Palm 108 Muhlenbergia capillaris "White Cloud" White Muhly Grass 107 Bougainvillea spp. Miss Alice Miss Alice Bougainvillea White Flower 23 Zamia floridanum Coontie 29 Carissa'Emerald Blanket' Emerald Blanket Carissa White Flower a. Median mowing of Floratam grass SITE AREA SITE DESCRIPTION ACRES Median areas from Rattlesnake Hammock Rd to Davis Blvd Median Area 1.07 (Floratam). 0 N M r r C O r O Cn r co to C6 r C d E t V t0 r Q Packet Pg. 902 ALL LINES ITEMS MUST BE BID Qaanlilies are approsimale for bidding purposes. NOTE: BID LINE ITEMS THAT ARE MATERIALLY UNBALANCED MAY BE DEEMED NON-RESPONSIVE. M-odape Ind. Affordable Landscaping Servide Design LLC Walken Servide Ind. Superb Landsdape Servide, Ind. Banb 16.A.2.c SantaWork At a 21B: n I; iii ®®® ®®® ®®® ®®® --- --- --- --- ii JS �i a S JS �i AN r aL ar a L ii ME A ae I -—d. ..dd'y— ,wwry suPw--) I ,._>, i '. n I a '— I a ed, ,.dd I a I a ed, ,.dd I a I a ed, ,.dd I I a i", I a I, i.ea I a id".- I a I a ids -ds I I, I a "I I— I, I, "I I— I a a.W I a t4;"— I I a tW I a 1e11-ee I s tau I a� r,—.. 1 a 1- 1 a —s- I Packet Pg. 903 �o�,fi 16.A.2.c Packet Pg. 904 wnh 16.A.2.cEd Bid, I (IncllwPivelut sbor, q"Ipme �e�&m�elm ;) d n —PNre TOW —PNre TOW U.It PNre TOW Unll Pd. ut n Uotl Pe4e TOW Uotl Pe4e TnW Uotl Pe4e TnW TOW UidUPrlre dt TnW nw $ a $ h $ a $ h $ a $ $ a s a s—Si $ h $ s $ s h $ a s h s a $ a $ h s 5$ $ 4 s 325 24 $ Op$ 0$ Op$ 0$ Op$ 5$ 0$ 00$ 00$ 5$ 5$l S 395.00 S 395.00 S 395.00 S 395.00 S 395.00 S 395.00 8 .00 f .00 f .3 S .3 8 .3 8 f .0 S .00 f .0 f US,- S .00 S 1295,W 015S309'15S 24$ 00 $ 0$ 00 $ 0$ 00 $ $ W f l$ l$ 4$ f 0$ W f 0 f 00 $ 5 00 $ 0 f 5$ 5$ l 4 fw S .00 S 0 S .00 S .0 S .00 S S .00 f .00 $ 3 S 3 S .3 S $ 0 S .00 $ 0 f .W S .W S 0$ .5 S S .24 f 325.24 UP (Woh wJrts au0ofmhowl val ofdan d plain mlenals and sseitlenl n-0nn+Bed plan hfe, end g other wt Pn TOmI wt Pn TOW int PAITdid e maim slo eOorrtOl ce�e;a6 int Pn Tdid On PA.Toml w1 PAITdid On Pn Talel On PA.Tnml On Pd.Toml U. TOmI int Pn —A w1 PAI $ do $ 0 $ W $ 0 $ W $ $ l $ 0 $ W $ W $ $ 4 5 $ 5 $ 54 YEARS 1 - . 4 $ .4 $ .xs $ -,—.66 $ 1-78.12$ .00 $ $ J11,954.Ox s .n $ J50AJ4.o6 69 °%l pcenemage ma markup BID on non-hla It.. wine TOTAL (YEARS 1- 3) S 124,J56.9x BID TOTAL as , I A - 11n U,l se ea on) (YEARS 1- 3) S 576,053.03 BID TOTAL (YEAR31-3) S 634330.00 BID TOTAL (YEARS 1-3) S 1,002,03480 .'A tl w mwmYES— YESNO YES YES— YES EUBPO :10 cmxe YES nLnmu YES YES YES NO c e can YES YES YES NO ES.Co mmereul—i U for CAdd—don, Chapter YES YES YES YES —C -0p ., Cheerer 482.111, ES, YES YES YES NO WeRPloye noyer ORe 116tmg ofmPloyees' �mnrsand weir ie I .—n.—Um will w or in CFeperp <82—ffiad pemsron YES YES YESSidA NO B—id, of -nam USA) een din YES YES YES YES YES YES YES [— C.,—, Intmwdine Level, IS,—(f)ye®n YES Gwenwduswm, Rini n7megerm�t Pmnlcm. Cmlficsmdd. 15 hO) YES YES YES YES nCon yO a ((31yeenm�nenmwlthM tom YES YES YES NO Uwe (3) pxifiea Dena u urelemi end smuW to we Scope twark and YES YES YES YES Pquipmat fist Praxdee hn atoll corwenYu Baena leased e9mp ffi YES YES YES YES unee(3)gownmmmloriel —" YES Yes YES YES Re9Olred Fowrm.commerc YES YE"o YES vE5/NO YES O YES areal AtfiddAl YES YES YES YES YES YES YES YES S: hdddPNiown Anda I—fiWion YES YES YES YES YES YES YES dor SObnimre W -9 YES nWl-L«el Veotlnr P--Atfidant YES YESYE$ YE3 YES YES YES YES Nsureweand Rondmg Re9oimrcnm YES EVmty YES YES a) N Cl) r C 0 L� r Co W r Co Li �P WI Q Packet Pg. 905 16.A.2. d FIXED TERM SERVICE AGREEMENT # 19-7661 for Santa Barbara Blvd Landscape Maintenance THIS AGREEMENT, made and entered into on this day of 20_, by and between Mainscape Inc. , authorized to do business in the State of Florida, whose business address is 13418 Britton Park Road Fishers IN 46038 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing F upon the date of Board approval or ❑ on and terminating on three (3 ) year(s) from that date or until all outstanding Purchase Y) Order(s) issued prior to the expiration of the Agreement period have been completed orto terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for M two (2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect., The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a F■ Purchase Order ❑ . 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ Invitation to Bid (ITB) QtheF # 19-7661, including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. � The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Tenn Service Agreement #2017-002 (Ver. 1) 4 Packet Pg. 906 16.A.2. d 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): m L ❑E 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 m 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. - FEII Time and Materials: The County agrees to pay the contractor for the amount of labor r 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 markup). This methodology is generally used in projects in M which it is not possible to accurately estimate the size of the project, or when it is expected v 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) in timekeeping or payroll records), material or equipment invoices, and other reimbursable -°a documentation for the project. i F&I 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 0 invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). S 4.2 Any County agency may obtain services under this Agreement, provided a N 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 E submission of invoices under this Agreement. Page 2 of 17 Fixed Tenn Service Agreement #2017-002 (Ver.I ) Packet Pg. 907 ■ .. - .. r; .. - .e. - - =-0-w-M-111MAN111- -- - •-- - - -- �- -- -- - ji 101" ..-- - 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Mainscape, Inc. Address: 13418 Britton Park Rd. Fishers, IN 46038 Authorized Agent: Attention Name & Title: Robert Brandon Whaley, Account Executive Telephone: (407) 508-0540 / (317) 577-3155 E-Mail(s): Bwhaley@mainscape.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Page 3 of 17 Fixed Term Service Agreement #2017-002 (Ver. 1) 16.A.2. d to w N Cl) r r Packet Pg. 908 Board of County Commissioners for Collier County, Florida Division Name: Division Director: Address: Road Maintenance Division Albert English 4800 Davis Boulevard Naples, Florida 34104 Administrative Agent/PM: Melissa Pearson, Contract Administration Specialist Telephone: (239) 252-5591 E-Mail(s): Melissa.Pearson@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 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. Page 4 of 17 Fixed Term Service Agreement #2017-002 (Ver. 1) 16.A.2. d to N Cl) T_ Packet Pg. 909 16.A.2. d 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of the non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. W Commercial General Liability: Coverage shall have minimum limits of Y., $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. n Business Auto Liability: Coverage shall have minimum limits of M $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. Q Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. Page 5 of 17 Fixed Tenn Service Agreement #2017-002 (Ver. 1) Packet Pg. 910 16.A.2. d Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance to requirements that the Contractor is required to meet. r; 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from M 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 in caused by the negligence, recklessness, or intentionally wrongful conduct of the -0 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 >1 reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. 0 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. Page 6 of 17 Fixed Term Service Agreement #2017-002 (Ver. 1) Packet Pg. 911 16.A.2. d 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Road Maintenance Divison 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), 0 Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ €-F-R/ n ITB/0 nth r # 19-7661 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes, and ❑tk►c=r Esc"°ttae�+: 17. APPLICABILITY. Sections corresponding to any checked box (■) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other M item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of in the firm from contact with County staff for a specified period of time; b. Prohibition by the -0 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 >i termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as 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: Page 7 of 17 Fixed Term Service Agreement #2017-002 (Ver. 1) Packet Pg. 912 IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. Page 8 of 17 Fixed Term Service Agreement #2017-002 (Ver. 1) 16.A.2. d to N Cl) Packet Pg. 913 16.A.2. d 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also m may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. r 23. FE� CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus M r materials, and shall leave the Project site clean. r 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. [■ WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, Page 9 of 17 Fixed Term Service Agreement #2017-002 (Ver. 1) Packet Pg. 914 16.A.2. d fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. 0 TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. FM� PROTECTION OF WORK. T -- A. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate N contractors, Contractor shall be charged withthe same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall >i immediately notify the County. The County shall re-establish the benchmarks and i Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. Page 10 of 17 Fixed Term Service Agreement #2017-002 (Ver.1) Packet Pg. 915 16.A.2. d 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by y 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 J 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 m to County for approval. Failing resolution, and prior to the commencement of depositions i4 in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator m certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal M or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. FNI AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. Page 11 of 17 Fixed Term Service Agreement 42017-002 (Ver. 1) Packet Pg. 916 -- ---- - - - -- - - - e- - -- - - - - OrTIMN FNI AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. Page 11 of 17 Fixed Term Service Agreement 42017-002 (Ver. 1) Packet Pg. 916 16.A.2. d 35. [E-1 ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. a y J m R L M 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without m 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 Y) assignee be bound to it and to assume toward Contractor all of the obligations andLO responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be M 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 y records, including a state and FBI fingerprint check, credit reports, education, residence o 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 >i 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 c 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 c have on their shirts the name of the contractor's business. a 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. Page 12 of 17 Fixed Term Service Agreement #2017-002 (Ver. 1) Packet Pg. 917 38. 0 SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of 17 Fixed Term Service Agreement #2017-002 (Ver. 1) 16.A.2. d to N Cl) T_ Packet Pg. 918 16.A.2.d IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above, ATTEST: Crystal K. Kinzel, Cleric of Courts & Comptroller By: Dated: (SEAL) BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Contractor's Witnesses: Mainscape, Inc. Contractor's First Witness TType/print witness nameT Contr is Second With �TTypelprint witness names Approved as to Form and Legality: County Attorney Print Name Chairman Contractor L By m Signature 4e4sN TTypelprint signature and titleT rn r Cn N M r c a, E U Page 14 of 17 r Fixed Tenn Service Agreement 112017-002 (Ver.l)j Q J Packet Pg. 919 16.A.2. d Exhibit A Scope of Services FO -1 following this page (containing 23 pages) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Agreement #2017-002 (Ver. 1) Packet Pg. 920 16.A.2.d EXHIBIT A SCOPE OF SERVICES #19-7661 "Santa Barbara Blvd Landscape Maintenance" (Rattlesnake Hammock Road to Davis Blvd) Work Area 21B The term "Division" and "County" shall be used interchangeably throughout this Agreement. The Contractor shall be responsible in providing full services for landscape maintenance in sustaining the quality of plant materials while ensuring roadways are well-maintained. The Contractor shall refer to Florida Friendly Best Management Practices for Protection of Water Resources by the Green Industries in keeping landscapes and turf healthy. The Contractor shall perform monthly landscape maintenance services. The line item service frequencies may be weekly, monthly, quarterly, or "as needed". The Division determines the monthly schedules based on worksite conditions to maintain the quality and health of the plant materials, and the safety of the traveling public. The alternate services listed on the bid schedule may be requested by the Division, or the Division has the option to request quotes for these services off contract to meet the division's needs following the Procurement Ordinance guidelines. Exhibit A-1 to the Scope of Services, within this document, lists the work areas, plant materials, quantities, and chemical applications. Work Area 21B shall be awarded in "as is" conditions. Maintenance of Traffic (MOT) is a requirement because work is in the roadways. SPECIFICATIONS The specifications are a guide to successfully perform the services, and they may be revised by the Landscape Division as they deem necessary. The contractor agrees to abide by those revisions in performing the work. os r Collier County expects the Contractor to comply with all terms of the contract. The line items are essential elements in N maintaining the landscaping, and the Contractor shall adhere to them. Services, quantities, and the units of measure may increase or decrease at the discretion of the division for budgetary reasons or site conditions. The Contractor shall perform services as requested in the monthly task schedules; refusal to comply with these conditions, may be subject to non-performance penalties or contract termination. a� in L Unit prices include furnishing labor, supervision, equipment, tools, materials, and Maintenance of Traffic to perform the .°a work, as it relates to the line items. Use current techniques and standards approved by the University of Florida, Institute of Food and Agriculture Services (UF/IFAS). The following link goes directly to the OF/IFAS website. The Contractor can >i obtain online versions of Green Industries Best Management Practices manuals in English and Spanish: 5 littps://ffl.ifas.ufl.edu/professionals/BMP manual.htm 0 U 1. Routine Landscape Maintenance U� Road Maintenance Division, Landscape Operations, has provided the Contractor with landscape maintenance and irrigation specifications to perform the services. Specifications for routine services may include, but are not limited a to, Median Mowing & Edging; Side Right -of -Way (ROW) Mowing & Edging; Street Cleaning; Weeding; General N Site Trimming (plant materials that are ten feet and below); and Trash Removal. 1.1. Median Mowing & Edging and Side ROW Mowing & Ed in 0 The number of service 6equencies may be modified by the Division for various reasons. These services may include, but not limited to: swale areas, sod within medians, and sod on sides of ROW (both sides of the roadway). If the Contractor fails to perform services on listed on the monthly schedule, or they are not performing services per the bid Q, specifications, they may have penalties incurred for non-performance which is at the Division's discretion. c m 1.1.1. Before mowing, the contractor shall remove palm fronds, horticultural and non -horticultural debris, leaves, t rocks, paper, tree branches and limbs, and various types trash from the turf areas, plant beds, and hardscapes. 5 r a Page 1 of 23 Packet Pg. 921 16.A.2.d 1.1.2. Mow in a manner consistent with landscape maintenance industry standards that ensures smooth surface appearance without scalping or leaving uncut grass. 1.1.3. Use alternative mowing practices, patterns, or equipment within narrow turf areas to prevent wheel ruts or worn areas in the turf. 1.1.4. All ROW mowing is from the back of the curb or sidewalk to the right-of-way line (in most cases the wooden or concrete power poles). 1.1.5. Mow at the highest recommended height for species in the table below per the University of Florida's Institute of Food and Agriculture Sciences (UF/IFAS). Do not remove more than one third (1/3) of the leaf blade at each mowing. Species Mowing Hecht (inches) Grass Hecht Not to Exceed inches Bahiagrass 3.0-4.0 4.5-6.0 St. Augustine 3.5-4.0 5.5-6.0 1.1.6. Mow turfgrass with a mulching type mower eliminating the need to bag and transport grass clippings. Leaf clippings in the turf area will add nutrients and organic matter back into the lawn. Should bagging be necessary, the bagged clippings shall be collected and removed at no additional cost to the County. 1.1.7. Swale mowing is throughout the entire year. During rainy season conditions, the contractor shall address these areas at each service. Water in swales with vegetation and weeds protruding above the water, contractor shall reduce the vegetation height to 12" above the water line or as directed by the Division. Mowed vegetation should be directed away from the water and it is not authorized to remain piled up around the pond. 1.1.8. Dry retention mowing is throughout the year, the height of grass must not exceed eighteen inches (18"). Areas holding water, the contractor shall restrict mowing with a ten -foot (10') buffer from the water's edge. Mowing clippings shall be directed away from the water and not allowed to remain piled up around the pond. 1.1.9. Wet retention (ponds) mowing that is within ten feet (10') from the water's edge at the time of mowing, vegetation must be greater than 6 inches in height. Mowing clippings shall be directed away from the water and not allowed to remain piled up around the pond. 1.1.10. Turf areas that are water -soaked require a hand walk behind mower, twenty -one -inch (21" +/-) diameter, to prevent wheel ruts in the turf caused by heavier, self-propelled, riding mowers. Damage to the turf caused by the contractor's equipment shall be repaired immediately following the service at no additional cost to the County. 1.1.11. Contractor is responsible in notifying the Division Supervisor or designee immediately when turfgrass is showing visible signs of heat stress, disease, or irrigation malfunctions. 1.2. Edpzing Mechanical turf edging shall be done with each mowing service or as directed by the Division. Herbicides are not authorized for edging. 1.2.1. Metal blade edging is not permitted along plant bed and turf edges where an underground irrigation system is present. 1.2.2. Mechanical metal blade edging is permitted along the back of curbs. 1.2.3. Grass root runners extending into the mulched, concrete, asphalt, and brick paved areas shall be cut and removed with the edging service. 1.2.4. Edging is required in all turf areas such as, but not limited to; sprinkler heads, valve boxes, timer pedestals, posts, utility service boxes, shrubs, signposts, utility holes, guardrails, along sidewalk edges, back of concrete curbs, around plant beds, street light bases, headwalls, and trees. 1.2.5. Edging debris on streets, sidewalks, or other areas shall be removed the same day as the service. Applies to sidewalks, curbing, gutters including a four -foot (4') area from the face of the curb and sidewalk. 1.2.6. No clippings or other debris shall be blown into or deposited onto adjacent property or accumulated in ROW areas. 1.2.7. Edging with herbicides is not authorized, and if Contractor used them, they are responsible for bringing the damage areas back to full restoration at their expense. Page 2 of 23 CD E 0 a Q Packet Pg. 922 16.A.2.d 1.3. Street Cleaning Sidewalks, curbs, and gutters, including four feet (4') area from the face of gutters, curbs, turn lanes, medians, and sidewalks must be cleaned immediately following each service to prevent accumulation of debris and to keep areas neatly maintained with safe conditions. On the same day of mowing, the contractor shall remove grass clippings and debris from hardscapes. 1.3.1.Rernove grass clippings and debris near a stormwater inlet or catch basin. 1.3.2. Do not allow grass clippings or debris to enter any inlet, catch basin, or body of water. 1.3.3. Deposit grass clippings into existing turf areas. 1.3.4.No debris shall be blown or deposited onto adjacent property, accumulated on right-of-way areas, or blown into roadways or travel lanes. 1.3.5.Remove all debris and clippings from sidewalks, curbs, gutters, or roadways. 1.4. Weeding Weed control shall be maintained by the contractor leaving the area ascetically pleasing and safe area. Weeding is within the medians and the sides of ROW to include bedding plants, perennials, shrubs, trees, sidewalks, asphalt, concrete, pavers, guardrail bases, tree grates, curb joints, and mulched areas. 1.4. 1. Perform services weekly, as necessary or instructed providing a reasonably weed -free and a visually well- m maintained. M 1.4.2. The contractor must control weeds in landscape plantings. Contractor's employees may manually pull r_ weeds by hand, chemical method (not harming plant materials), or use a combination of manual and cn chemical methods. to 1.4.3.Post-emergent products must contain Glyphosate herbicide to control weeds, and it will require the contractor to add blue tracker, tracing dye to the chemical for inspections. 1.4.4. Incomplete weeding may cause invoice rejection. The contractor may be subject to non-performance r deductions for failure to perform the services as shown in these bid specifications. N M r 1.5. General Site Trimming Contractor shall disinfect pruning tools before performing County contracted services to prevent disease transmission. Pruning is on a weekly basis, "as needed," or at the Division's discretion for plant foliage below 10 -feet. Contractor must notify the Division Landscape Supervisor with plant materials and vegetation showing a' co signs of dying trees, shrubs, and plant materials. Notification must be in writing via email within 24 hours of o working in the area. c 1.5.1. Services include trimming plant foliage to heights below 10 -feet; including but not limited to: -W groundcovers, shrubs, canopy trees (except Magnolias) and palms. Remove water sprouts, suckers, dead or L diseased foliage, and branches. c 1.5.2. Maintain groundcovers within 18 -inches from the curb. V 1.5.3. Trim plants 18 -inches from the irrigation heads to maintain uniform irrigation distribution patterns. 0 1.5.4. Mandatory Safety Requirement: maintain visibility of vehicular sight lines with an 18 -inch maximum 5 height through twenty-four inches (18" — 24"); that is measured from the travel lane. Shrubs within the n turn lanes maintain twenty-four (24") measured from the travel lane. Trim the plant material to proper plant shape and form. Immediate action must be taken if requested by the Division. c 1.5.5. Corrective pruning services performed to keep the natural shape and characteristics of the species. r° 1.5.6. Prune groundcovers and shrubs to 18 -inches in height by October 1" each year before cooler temperatures, to ensure blooming plants are at the proper elevation during the heavy traffic season. 1.5.7. Groundcovers and shrubs maintain a36 -inch maximum height or as directed by the Division. 1.5.8. Prune selectively to improve the plant structure health and to enhance fruiting, flowering, or appearance. 1.5.9. Shrub pruning should be done consistently throughout each median for all shrub types, so the landscape c appearance has continuity throughout that median. E 1.5.10. Bougainvillea's and Green Island Ficus maintain 24 -inches throughout the year. 1.5.11. Asian Jasmine and Perennial Peanut are to be top sheered with side edging/sheering. 1.5.12. Prune ornamental grasses once a year (or as directed by the Division), only after the blooming season, at Q the plant base to remove old growth. Do not cut grasses in a flat top method. Varieties include, but are not limited to Fountain, Muhly, Florida Gama, and Fakahatchee. Page 3 of 23 Packet Pg. 923 16.A.2.d 1.5.13. Do not prune Liriope muscari without Division approval and guidance. 1.5.14. Remove old leaves and dead flowering growth on the Blueberry Flax, Agapanthus, Bird of Paradise, Iris, and other similar varieties. 1.5.15. Maintain tree canopies over pathways or sidewalks at a minimum height of 10 -feet. 1.5.16. Shrubs and groundcovers adjacent to pathways or sidewalks prune to maintain 1 -foot clearance from the edge of the pathway. It is recommended that adjacent shrubs and groundcovers are maintained at an angle or rounded away from the pathway. 1.5.17. Groundcovers require minimal pruning. Groundcovers are not allowed to grow over curbs or onto paved areas. 1.5.18. Landscaping requires an esthetically clean appearance, so remove pruning and trimming debris following each service. 1.6. Trash Removal Contractor shall remove trash or other debris at each service. Debris and trash consists of paper, bottles, cans, trash, horticultural and non -horticultural debris, leaves, rocks, tree branches and limbs, and other debris that is not part of the landscape. At each service, the contractor shall remove trash from turf areas, plant beds, and hardscapes. Trash and debris disposal must be at a landfill or disposal site. The unit cost for this line item is inclusive of disposal fees, tipping, etc. 1.7. Irrigation Services w Irrigation System Maintenance and Repair may be subcontracted. The work may consist of weekly irrigation c systems visual inspections to determine if systems are functioning normally. Work areas must be completed Cn before moving to the next roadway. Any minor repairs discovered during the weekly services, shall be repaired immediately. Minor repairs consist of, but not limited to, cuts, lateral/funny leaking pipes, replacing irrigation to heads, clogged heads, damaged pipes, and flooded areas. Any damaged caused by the Contractor's or subcontractor's personnel while performing services shall be repaired immediately at no cost to the County. r rn ■ Contractor subcontracting irrigation services does not relieve them from overseeing the work and the cNn responsibility or liability assumed under contract. ■ The contractor shall remain liable for work performance by a subcontractor, and ensures subcontractor completes the work and meets timelines requested by Division Representative. c ■ Satisfactory performance is a requirement under the contract; unsatisfactory work may cause deductions for a' fA non-performance. `o 1.7.1. Valves Valves can be operated manually at the valve box, and the surge board toggle, or at the controller. Return the operation switch to the "automatic" position following service. Failure to do so may create hazardous road conditions because of uncontrolled irrigation water running outside of the programmed schedule area. At Division's discretion, they may change the operating procedure, so valves turn on virtually using a laptop or Smart device. 1.7.2.Automatic Control Valve assemblies and Quick Coupling Valves service requirements: n ■ Open zone control valve assemblies' boxes and inspect valves for leaks and proper settings. w ■ Clean valve boxes ensuring they are clean and free of debris, leaves, and mulch. c ■ Check quick coupling boxes ensuring they are free of debris and foreign objects. ■ Keep grass and mulch out of valve boxes. ■ Valve boxes in sod areas to be kept at sod level. m ■ Valve boxes in plant beds to be kept two inches (2") above finished mulch level, and any encroaching r" vegetation shall be trimmed to ensure valve boxes are accessible. Upon approval, County will supply the valve boxes to reach the specified height. E 1.7.3.Minor Repairs ■ Field repairs not completed on the same day must continue the next day. ■ Each day repairs are incomplete, the contractor/subcontractor must notify the division and provide them Q with the work status update. ■ The division shall supply irrigation parts requested by contractor/subcontractor which the contractor Page 4 of 23 -KoP®_ , Packet Pg. 924 16.A.2.d shall pickup at the division warehouse, if parts are unavailable, they shall notify division representative, so they can record the parts and work areas that will be affected by loss of irrigation. Division representative may authorize contractor /subcontractor to move to the next roadway. Contractor/subcontractor is responsible for returning damaged and replacement parts to division's warehouse located at 4800 Davis Blvd, Naples, FL; Monday — Friday, from 8:00 a.m. — 3:30 p.m. Failure to return parts as required for Division warehouse accountability, may cause contractor/subcontractor to pay for the parts. 1.7.3.1. Minor repairs include may include: replacement of heads, decoders, nozzles, solenoids, installation or replacement of risers, repairs of lateral PVC pipe or funny pipe breaks, and clear any restricted sprinkler lines. 1.7.3.2. Clear obstructions from or around irrigation heads that prohibit them from being able to rise to their full extent (i.e., sod runners, plant material, grass). 1.7.3.3. Review system and repair any blown -off heads, broken lines, or leaks around heads or valves. 1.7.3.4. Clean and adjust sprinkler heads and nozzles to ensure that landscaped areas receive one hundred percent (100%) irrigation coverage and heads are not spraying onto roadways or walkways. Irrigation heads obstructed by the planting beds, it is the responsibility of the contractor to trim the plant material back to ensure that an 18" separation is always maintained. 1.7.3.5. If a longer nozzle is required, the contractor shall change nozzle using County supplied parts. 1.7.3.6. Replace defective and broken heads or nozzles, install or replace defective and/or broken cn risers, and repair minor breaks or restricted sprinkler lines. 1.7.3.7. Inspect, clean, and replace, if necessary, screen/filters within the sprinkler heads. 1.7.3.8. Minor repairs include replacement of heads, bubblers, nozzles, decoders, and solenoids; installation or replacement of risers; repair of minor/lateral PVC piping breaks or subsurface r piping or restricted sprinkler lines, replacement of damaged valve boxes/lids, necessary for the N proper and safe operation of the systems. 1.7.3.9. Flag problems and provide a written record to the Road Maintenance Irrigation Supervisor. Unit price includes flags, primer, and glue. 1.7.4.Contractor/Subcontractor Responsibility Contractor/subcontractor has the sole responsibility to notify Division Representative of irrigation problems or additional irrigation maintenance needs they discover during weekly checks. It's their responsibility to ensure that the plant material is flourishing and does not suffer from insufficient irrigation. They must correct any minor irrigation issues. When discovering a major issue, the contractor must bring it to the Division Representative's attention immediately. The contractor/subcontractor may suffer damages for failure to notify Division. 7.5. Irrigation Crew Size and Communication Device Contractor/subcontractor irrigation service crew shall consist of two (2) on-site personnel. Crew shall have field communication devices while performing services, so Division Representatives may contact them in the field. Additionally, a laptop or Smart device will be required for virtual connection to the irrigation system. 1.7.6. Irrigation Crew Scheduled Work Segment work shall be completed in one (1) visit; if necessary, a consecutive day may follow to complete the work. This is a requirement so entire segments are completed at the same time. 1.7.7. Irrigation General Maintenance Report Sheets (GMRS) ■ Contractor/subcontractor must complete one (1) GMRS sheet per controller. E ■ GMRS sheets must be completed in its entirety identifying the controller that was inspected ■ GMRS must be emailed to Division Landscape and Irrigation Supervisors no later than 6:30 a.m. the next day to complete final inspections. Q ■ Contractor /subcontractor must be compliant as written above, so the division inspections are scheduled confirming work was completed. Page 5 of 23 Packet Pg. 925 16.A.2.d ■ Failure to comply with these directives may result in invoice rejection for non-payment or non- performance deductions. 2. Site Specific Maintenance Use current techniques and standards approved by the University of Florida, Institute of Food and Agriculture Services (UF/IFAS). 2.1. Must possess knowledge and experience in the hard wood canopy, palm pruning, fertilization, support systems, and other aspects of tree care with the ability to recognize, diagnose and report tree defects caused by pest, tree and root structure, and diseases. 2.2. Must adhere to ANSI accredited Standards A300 policies and standards, current edition 2.3. Use ISA Best Management Practices 2.4. Seven main objectives for pruning services are: 1) reduce the risk of failure; 2) provide clearance; 3) reduce shade and wind resistance; 4) maintain health; 5) influence flower and fruit production; 6) improve views; and 7) improve aesthetics. 2.5. Tree and Palm Maintenance There are four (4) categories under tree and palm maintenance: 1. Basic Tree Pruning; 2. Structural Tree Pruning; 3. Palm Pruning; 4. Stump and Root Grinding. 2.5.1.Basic Tree Pruning In accordance with ISA Best Management Practices, this category is divided into four (4) primary pruning methods which include: a. Cleaning, b. Thinning, c. Raising, and d. Reducing. r rn 2.5.1.1. Cleaning: the selective removal of dead, diseased, cracked, stubbed, hanging, and broken M branches. This service can be performed on trees of any age but is most common on middle-aged and mature trees. This is the preferred method for mature trees because it does not remove live branches unnecessarily. The removal location of branches requires review and approval with Division's Landscape Supervisor. y 2.5.1.2. Thinning: the selective removal of small live branches to reduce crown density. Proper thinning retains the crown shape and size and should provide an even distribution of foliage throughout the crown. ■ Thinning includes removing dead or broken limbs 1 -inch diameter or larger; if two limbs are crowning or touching each other, shorten or remove one of them; originate within 12 -inches of each other on the trunk, shorten or remove one of them. ■ Use directional pruning, so future growth is directed away from the roadway, sidewalk, building, street lights, or possible obstruction. ■ Thinning increases the sunlight penetration and air movement throughout the crown and with increased light and air stimulate, it aids in maintaining interior foliage. ■ No excessive branch removal on the lower 2/3 of a branch or stem (lion tailing). This may cause adverse effects on the tree and is not an acceptable practice. ■ Thinning crown requires approval by Division Landscape Supervisor, and the percentage of foliage must be specified. The removal percentage is between 10 through 15 percent and should not exceed 25 percent of the foliage when using pruning to thin methods. 2.5.1.3. Raising: raise, elevate, or lift tree canopy by selective removal of branches to provide vertical d clearance. E s ■ Crown raising shortens or removes lower branches of a tree to provide clearance for buildings, signs, vehicles, pedestrians, and vistas. Live crown to clear trunk ratio should be no less than 50 percent when Q raising is completed. Page 6 of 23 Packet Pg. 926 16.A.2.d ■ Structural pruning should be considered with raising according to ANSI standards. When raising, the desired clearance should be specified by Division Landscape Supervisor. ■ Branches over paved areas should be shortened or removed to allow approximately 10 -feet over sidewalks, 16 -feet over travel lanes, or clearances specified by Division Landscape Supervisor. ■ Over landscape areas and sidewalks, limbs should be shortened or removed to allow for pedestrian and utility use. ■ Trees within planting beds, an 8 -foot clearance are required or as directed by the Division Landscape Supervisor. ■ Shortening of branching is the desired method of attaining adequate clearance. ■ When pruning is completed, approximately 1/3 of the foliage should originate from branches on the lower 2/3 of each tree. 2.5.1.4. Reducing: pruning to reduce is the selective removal of branches and stems to decrease the height and/or spread of a tree or shrub. This type of pruning is done to minimize the risk of failure, to reduce height or spread, for utility line clearance, to clear vegetation from buildings, or structures, or to improve the appearance of the plant. Portions of the crown, such as individual limbs, can be reduced to balance the canopy, provide clearance, or reduce the likelihood of breakage on limbs with defects. Occasionally, the entire crown is reduced. Reducing or thinning should be considered if cabling is performed. Crown reduction should be accomplished with reduction cuts, not heading cuts. 2.5.2. Structural Tree Pruning W Structural tree pruning is the removal of live branches and stems to influence orientation, spacing, growth rate, the strength of attachment, and ultimate size of branches and stems. The removal percentage is r between 25 — 50 percent depending on the tree type. Structural pruning includes basic tree pruning N techniques listed below. M T Note: Refer to Best Management Practices "Tree Pruning" (Revised 2008) Companion Publication to ANSI A300 Part I: Tree, Shrub, and Other Woody Plant Maintenance- Standard Practices, Pruning: page 12 Figure 7. "Structural Pruning of a Small Tree" and Figure 8. "Structural Pruning to be done to ensure co more sustainable growth patterns." `o ■ Used on young and medium -aged trees to help engineer a sustainable trunk and branch arrangement. Pruning large -maturing trees such as oaks reduce certain defects and spaces main branching along one dominant trunk. ■ Reduce the number of trunks so that a tree has a dominant leader extending well up into the crown creating a strong crown and durable form. ■ Subordination can reduce branches, so they remain smaller than about half the trunk diameter, which helps prevent structural failure later. The subordinate or co -dominant stems are removed with structural pruning. ■ Insubordination primary objective is the removal of one side of a codominant leader (shortening using a drop -crotch cut). o Branches, trunks, or leaders not considered the main leader, 2 -inch diameter or as determined by the Project Manager or designee should be subordinated or removed. o The main leader shall not be subordinated or removed. Codominant leaders are considered to be two or more branches, trunks, or leaders of approximately the same size, originating near one another. o If there is no stem considerably larger than others, then this would be appropriate to subordinate all but c one of them. Division Landscape Supervisor approval required where there is an included bark as part E of the condition, preference should be given to the removal of one side. Q Page 7 of 23 Packet Pg. 927 16.A.2.d 2.5.3. Palm Pruning Remove fronds, flowers, fruit, stems, or loose petioles that may create hazardous conditions. Palms may be pruned for aesthetic reasons to eliminate sprouts and stems or dead fronds and seed pods. Live healthy fronds should not be removed. If they must be removed avoid removing those that initiate above horizontal. Fronds removed should be severed close to the petiole base without damaging living trunk tissue. Only those fronds with petiole drooping below horizontal 9:00-3:00 position should be removed. Remove seed pods including those originating among remaining fronds. When removing fronds and seedpods, care should be taken, so those fronds that are to remain are not nicked or wounded. Climbing spikes shall not be used to climb palms for pruning. 2.5.4. Stump and Root Grinding The contractor must have technical knowledge, ability, and experience in grinding of stumps and roots to remove the root system and stump. 2.5.5. Root Management Must possess a thorough knowledge and experience in root management, to include but not limited to air spade, structural pruning, diagnosis, and root management program. 2.5.6. Palm Management = Contractor shall have the knowledge and ability to treat palm diseases through drenches, foliar sprays, Cn injection methods, and provide a fertilization program for palms. toW 2.5.7.Tree Relocation Periodically, the County must relocate palms and trees within Collier County limits. Contractor must have r the knowledge and ability to root prune the tree(s) before relocation. In most cases, Maintenance of Traffic N (MOT) will be required in order to perform this work safely. Most in-depth information will be provided cn at the time that services are needed. 2.6. Fertilization Follow OF/IFAS guidelines for turfgrass fertilization. Contractor/subcontractor must have valid licenses issued by Florida Department of Agriculture and Consumer Services for Limited Urban Commercial Fertilizer Applicator Certification (FDACS LUFAC). ■ Provide fertilization services four (4) times a year in March, June, September, and December. Only twice (2) a year if using six (6) month application rate. ■ Contractor shall ensure that fertilization scheduling does not exceed the fertilizer label rate prescribed and = complies with state and local ordinances. It is important to note that local fertilizer regulations may prohibit 0 the use of nitrogen fertilizers during the summer months. c ■ Division Representative may request additional fertilizer applications at any time. — ■ Applied at a rate of 1.5 lbs. per 100 square feet. ■ Broadcasted throughout the median planting beds and turf areas. w ■ All tree pit areas should be fertilized evenly. _ ■ No fertilizer rings around trees under any circumstances. If a ring is formed, contractor/subcontractor is required to return to the site and spread the fertilizer correcting the situation at their expense. This may include contractor/subcontractor purchasing additional fertilizer because applied fertilizer may not be able to m spread. ds ■ Fertilizer purchased by Collier County is procured under a County agreement. Staff will coordinate with the contractor to issue fertilizer. _ ■ Immediately remove fertilizers from curbs and sidewalk areas to avoid staining. E s 2.6. 1. Fertilization Applications Q Contractor/subcontractor shall use deflector shields on all application equipment to minimize the inadvertent application of fertilizer on non -plant areas. Contractor shall blow, sweep, or wash back into the landscape any fertilizer deposited on paved or impervious surfaces. Page 8 of 23 Packet Pg. 928 16.A.2.d ■ Use "Ring of Responsibility" around or along the shoreline of canals, lakes, or waterways. • Ensure fertilizers and other lawn chemicals do not come into direct contact with the water. ■ Apply fertilizer only when plants are actively growing. ■ Clean up spilled fertilizer materials immediately as per University of Florida IFAS recommendations. ■ Store nitrate -based fertilizers separately from solvents, fuels, and pesticides, because nitrate fertilizers are oxidants and can accelerate a fire. ■ After fertilizing (other than when watering restrictions apply), irrigate with at least a''/a-inch of water following fertilization to avoid the loss of nitrogen and increase uptake efficiency. If water restrictions apply, the contractor may irrigate as permitted but no more than 'h -inch following fertilization. ■ Do not exceed the annual nitrogen recommendations in the Fertilizer Guidelines for Established Turfgrass Lawns in Three Regions of Florida as provided on the label. 2.6.2. Bed Tree Shrub Palm Flower Groundcover Fertilization If landscape plants show nutrient deficient symptoms, the Division Landscape Supervisor shall be notified within 48 hours for appropriate action and approval to treat the materials to maintain plant health. ■ Broadcast fertilizer uniformly over all the landscaped areas, and consider root location, fertilization objectives, and plant species when applying fertilizer. ■ In areas where tree or shrub fertilization zones overlap with lawn fertilization zones, contractor shall fertilize one or the other of the plant types, but not both. 2.6.3. Palm Fertilization m Palms have different nutritional requirements from other landscape plants. They suffer quickly and conspicuously from inadequate mineral nutrition, whether due to insufficient or incorrect fertilization. r Division's Landscape Supervisor will provide the fertilization schedule. N M r Note: Fertilize palms with a granular slow-release fertilizer three to four times per year. An acceptable formulation is 8-0-12-4 (N, P, K, Mg plus micro -elements). 'a 2.6.4. Turf Fertilization Notify Division Landscape Supervisor of any plant or turfgrass nutrient deficiency symptoms and provide the recommended measures for correction. Treat deficiencies of specific nutrients with applications of the lacking nutrient in accordance with University of Florida IFAS recommendations until deficiencies are corrected, or as directed from Division Landscape Supervisor. Must have prior approval. The number of applications of fertilizer depends on the type of plant material. Apply the minimal amount of fertilizer needed, or as directed from Division Landscape Supervisor. Adjust fertilizer rates according to health, maturity, and desired growth patterns. 2.6.5. Fertilization for Establishment During the establishment phase for shrubs, trees, and ground covers, fertilize landscape plants with a slow-release fertilizer as per University of Florida IFAS recommendations. Shrubs and groundcovers shall have the fertilizer blown or fan raked off following the broadcast application. Immediately after the fertilizer is applied, the areas shall be watered. 2.7. Pest Control = It is required that the contractor/subcontractor performing services have the following licenses and certifications: 4) State of Florida Pesticide License, State of Florida Certified Pest Control Operator and Collier County Pest Control License. Pest Control Firm shall make on-site inspections and provide written reports to the Division Landscape Supervisor monthly. Q Page 9 of 23 Packet Pg. 929 16.A.2.d 2.7. 1. Contractor shall provide an overall written pest and spray program that shall incorporate ant control and shall meet or exceed the following minimum standards: ■ Describe procedures, methods, and techniques that will enhance the environment. ■ Provide the maximum protection for the health, safety, and welfare of the public and environment. ■ Provide MSDS Sheets for chemicals upon request. ■ Provide signage where applicable. 2.7.2. Contractor shall make on-site inspections and provide written reports to Division's Landscape Supervisor 2.7.3.Methods of Application One hundred percent (100%) coverage and penetration shall be provided. Insecticides and Fungicides shall be applied at the proper pressure to provide maximum coverage. ■ Insecticides should be alternated from time to time to prevent an insect resistance to the application. ■ Herbicides used in turf areas shall be applied at the proper pressure. m ■ Turf herbicides shall not be applied when the daily temperature exceeds 85 degrees. L ■ Spreader sticker (Nu -Film 17 or equal) shall be incorporated in all spraying of gf oundcovers, shrubs, trees, palms, and turf areas when recommended by the label. M ■ Spray applications shall be applied during times of "No -Wind" conditions. m ■ No trucks or tractors with bar type tires or a gross weight greater than 3,000 pounds will be allowed r_ within or on the median areas. cn ■ At the time of application, provide and place, traffic control meeting Florida Department of Transportation, M.U.T.C.D and Indexes and the County MOT. W ■ All spray applications shall contain a wetting agent within the mix when recommended by the label or o_ the Division Landscape Supervisor. r ■ The pH of water used in the mix must be adjusted to meet pesticides manufacture recommendation, and N water pH and method must be documented and provided to the Division Landscape Supervisor. T 2.7.4.Rate of Application All chemicals shall be applied at the rates recommended on the manufacturer's labels. 2.7.5.Materials List All insecticides, fungicides and herbicides chemicals to be used on turf areas and on plant materials shall be submitted in writing to Division Landscape Supervisor for review and approval. All chemicals used shall be approved for use by the Environmental Protection Agency for its intended use and area of use. 2.7.6. Application Schedule Division's Landscape Supervisor shall provide approval before applications occur. Contractor /subcontractor that apply chemicals without schedules and prior approval may have invoices rejected by the Division and services not paid. 2.7.7.Turf Areas: Insecticides & Fungicides - Applications on an as needed basis; Herbicides - Application on an as needed basis, Post -emergent in November, January and March or on an as -needed basis with approval. 2.7.8.Groundcovers Shrubs and Trees: Insecticides & Fungicides - Applications on an as needed basis with approval 2.7.9. Bed Areas: Herbicides — Applications on an as needed basis, Pre -emergent in February and September; Post -emergent in November, January and March or on an as -needed basis, prior approval by the d Division's Landscape Supervisor. E s 0 2.7.10. Ornamental & Turf Spray g Overall Ornamental & Turf Spraying of plants, shrubs, and grassed areas within areas included in the Q contract. Page 10 of 23 Packet Pg. 930 16.A.2.d ■ Applications on shrubs and groundcovers shall have the fertilizer blown or fan raked off following the broadcast application. Immediately after the fertilizer is applied, the areas shall be watered. ■ Applications shall be made to turf the day following irrigation or a rain event when grass blades are dry. In areas where applicable, immediately after the fertilizer is applied, the sprinklers shall be activated to provide '/4 -inch of water to the soil's surface and to dissolve water-soluble particles. ■ In areas where applicable, immediately after the fertilizer is applied, the sprinklers shall be activated for 30 minutes to bring organic fertilizers to the soil's surface and to dissolve water-soluble particles. ■ After watering, controls shall be returned to automatic mode. ■ Remove fertilizers from curbs and sidewalks to avoid staining. 2.8. Pests Management Contractor shall use pesticide applications in accordance with the rules and regulations governing the use of pesticides in Florida and Florida Statutes. 2.8. 1. Contractor Responsibilities � ■ Use Integrated Pest Management (LP.M.) principles and methods. m ■ Use a pest -control strategy only when the pest is causing damage or is expected to cause additional L damage than can be reasonably and economically tolerated. ■ Implement a control strategy that reduces the pest numbers to an acceptable level while minimizing m harm to non -targeted organisms. ■ Post appropriate application signs with each treatment. ■ Keep records of pest problems identified and control treatment applied. cn ■ Record in the records whether the "corrective actions" actually reduced or prevented pest populations, to was economical and minimized risks. ■ Provide a copy of the records to Division. ■ Refer to past corrective actions when making similar decisions in the future. r ■ Dispose of used containers in compliance with label directions to prevent water contamination. N ■ Follow current University of Florida IFAS pest management recommendations as per IFAS Publication ENY- ENY-298, Landscape Integrated Pest Management, at http://edis.ifas.ufl.edu/in 109. 2.8.2. Pest and Spray Program Pest Control Firm shall provide an overall written pest and spray program that shall incorporate ant and rodent control and shall meet or exceed the following minimum standards: ■ Describe procedures, methods, and techniques that will enhance the environment. ■ Provide the maximum protection for the health, safety, and welfare of the public and environment. ■ List of all chemicals. ■ List application methods. 2.8.3. Documentation ■ Records must be kept of all pesticide applications. ■ Documentation shall include but not limited to: date and time of application, weather conditions at the time of application, chemicals applied and the name of the applicator. ■ Pesticide record shall be submitted as backup with the monthly invoice for payment. ■ Failure to submit pesticide documentation may deem invoice rejection and non-payment for applications. 2.8.4. Turf Areas d6 Insecticides & Fungicides - Applications on an as -needed basis, with prior approval by the Division Landscape Supervisor. Once approved and sprayed, contractor/subcontractor must submit documentation d that states: 1. Date and time of application, 2. Weather conditions at the time of application, 3. Chemical E applied, quantity, 4. Applicator name. s ■ Herbicides — Applications on an as needed basis with prior approval by the Division Landscape Supervisor, to include: Q ❑ Pre -emergent are to be applied in February and September ❑ Post -emergent are to be applied in November, January, and March. Page 11 of 23 Packet Pg. 931 16.A.2.d Insecticides & Fungicides - Applications on an as -needed basis, with pre -approval by the Division's Landscape Supervisor. Groundcover Bed Areas: For example, Lantana, Asiatic jasmine, any perennial or ground cover bed areas that are more prone to being infested by weeds. 2.8.5. Weed management Contractor shall use IPM methods to reduce weeds in turf area. If significant and continuing weed problems occur, Contractor shall notify Division Landscape Supervisor and request authorization for the use of a pre - emergence herbicide. After Division Landscape Supervisor authorizes the use of the herbicide, the contractor shall apply the herbicide per label instructions and in accordance with local and state ordinances. ■ Optimal insect pest control is most likely achieved in landscapes following IFAS recommended cultural practices to promote healthy plants and conserve natural biological control organisms. ■ Contractor shall use IPM practices to manage insects in the landscape, which include: ❑ Proper insect identification. pp ❑ Active monitoring of insect activity and abundance. i4 ❑ Utilizing mechanical and cultural practices first, when available. ❑ Preserving natural, biological control organisms. pf°p ❑ Spot -treating insect pest -infested areas when possible, rather than cover spraying the landscape. M ■ When possible, the contractor shall use selective, reduced -risk insecticides rather than broad-spectrum, to non-selective products. This conserves natural predators and parasitoids in the landscape that are attacking other plant pests. ■ Contractor shall treat fire -ant mounds individually as they occur with bait formulas. Place fresh bait surrounding the mound without disturbing the mound itself °' r ■ Contractor must broadcast baiting at the beginning of spring and broadcast treatment in recreation and common areas only as needed. rn M ■ As needed, the contractor shall treat sap -feeding pests like southern chinch bug, mealybugs, and scale r insects using systemic or translaminar products that get into plant material to be ingested by the insect. ■ Contractor shall utilize up-to-date OF/IFAS management recommendations for specific landscape insect pests. aM 2.8.6. Plant Disease Correct cultural practices are the key to control of plant diseases, especially proper irrigation. Root rots and foliar leaf spots in turfgrass and plant beds often occur when excessive moisture is present for extended periods. Contractor / subcontractor shall notify Division Landscape Supervisor of any outbreaks that occur and may recommend reducing the frequency of irrigation. If the disease is significant and persistent, contractor /subcontractor may apply a fungicide that is approved by Division Landscape Supervisor. 2.8.7, Growth Re ug 1, ator Trimtect© or Equivalent to be used for Shrubs, Groundcovers, and Bedding Plants. Follow manufacturer's recommendations for application and amount of water needed. 2.8.7.1. Application Timing: ■ Natural Appearance: Apply when shrubs reach desired appearance. Slow growth will start two weeks later. ■ Manicured Look: Prune back shrub, allow re -growth to tip back, then apply the growth regulator. ■ Sheared Look: Dormant Shrub Trimming: Apply Growth Regulator just after bud break and d leaf expansion. Growing Season Shearing: Shear shrub to a formal look. Apply Growth E 0 Regulator within one week after trimming. Q Page 12 of 23 fq<v�a Packet Pg. 932 16.A.2.d 2.8.7.2. Foliar Application: ■ Apply to dry foliage, just after bud break and leaf expansion during the growing season. ■ Before applying Growth Regulator, remove any dead leaves, trash, and any other debris that could prohibit spray. ■ Apply within 1-2 weeks after pruning for best results. ■ Apply as a spray -to -drip application, ensuring the foliage, canopy, and all woody stems are thoroughly covered. ■ Completely spray the entire plant. ■ Avoid application if rain is imminent. ■ Spray to drip on leaves, green twigs, and shoots. 2.9. Chemical Records Documentation Records of all applications shall be kept according to state or federal regulations. According to the Department of Environmental Protection, the Records may include, but are not limited to, the following information: ■ Application date and time m ■ Applicator's name L ■ Personnel that is directing or authorizing the application ■ Application weather conditions at the time of application f° m ■ Target Pest +a, ■ Chemical used (trade name, active ingredient, amount of formulation, amount of water) ■ Adjuvant/surfactant and amount applied if used cn ■ Area treated (acres or square feet) and location to ■ Quantity of pesticide used W ■ Application equipment os ■ Any Additional remarks, such as the severity of the infestation or life stage of the pest r ■ Follow-up date to check the effectiveness of the application. N M r 3. ALTERNATIVE SERVICES The items listed in this section are for services and commodities that are "as needed" by the Division. The Division may request them throughout the contract term. If these items are requested, the Division will request quotes from the = contractor; if the contractor is unable to provide the commodities or services, and informs the Division, the Division N shall request quotes off contract following the Procurement Ordinance for informal competition (purchases $3,000 but c not greater than $50,000). c 3.1. Mulch The division may request contractor to supply mulch with labor to install or labor only to install County supplied mulch. The division reserves the right to utilize other contracts for these services. Forestry Resources is the supplier for this organic Premium Grade A mulch, that is color enhanced brown with slight red hue, and named "Collier County Brown or Old Florida Blend Mulch." ■ The formula is: 40 Rojo, 7 Ib., containing an ionized colorant to resist bleeding and staining, color enhanced w that is fade resistant, and has a non-toxic biodegradable coating. _ ■ It is derived from 100% Pine commercial logging or harvesting from recycled materials such as land clearing. ■ It must contain only natural wood fibers, contaminate free, and cured to eliminate seed germination of invasive co plants or weeds. ■ Shredded to a size no larger than three and 3 -1/2 -inches, and not too thin that it degrades rapidly. ■ Mulch pieces exceeding 3 -1/2 -inches must be removed. ■ Organic mulch in areas where there is no mulch or new plantings requires 4 -inches of non -compacted or c unsettled depth that is measured from the existing soil grade. Before mulch placement, remove all weeds and E rake level to establish the correct finished grade, s ■ Non-organic mulch such as washed shell or gravel shall have a 3 -inches non -compacted depth. ■ Re -mulch or top dress non-organic mulch areas to ensure a 3 -inches depth is maintained. Q ■ Re -mulching of plant beds and individual plants shall have 2 -inches of non -compacted layer applied once a year during March or April and November or December. Page 13 of 23 C Packet Pg. 933 16.A.2.d ■ Leave 2 -inches of space from plant bases. ■ Leave 12 -inches to 18 -inches of space from tree or palm trunks. ■ Apply new mulch in a level profile consistent with pre-existing grades, so that the final depth of both existing and new layers have a minimum of 2 -inches and not to exceed 3 -inches. ■ Do not apply mulch against trunks, plant bases, on plants, or plant stems; taper mulch down to the soil at these locations. ■ Locations where the existing mulch bed is in contact with paved surfaces (i.e., sidewalks, roadway edges, or curbing and driveways), the contractor shall lightly trench the mulch -hard surface bed line to better contain the existing and applied mulch. ■ Rake or sweep mulch off hardscape areas, turf, and plant beds. ■ Rake smooth mounded areas so that depth does not exceed 3 -inches. ■ Maintain mulch areas 1 -foot from the back edge of curbs. ■ Maintain mulch in median planting beds as pathways for maintenance workers. This will aid in keeping plant material from encroaching into roadways. ■ Do not place mulch on or over valves or valve boxes. ■ Improperly installed must be corrected immediately, at no additional charge to the County. ■ Mulching services to be completed within the established time parameters. 3.2. Pressure Cleaning op Pressure cleaning services may be requested for hardscape areas such as bricks, curbing, pavers, sidewalks, and ra paved areas to remove tire marks and other deposited dirt. The division Supervisor will authorize the work to r_ start. If the contractor encounters hardscape damages while providing services, they shall immediately notify the cn division's Supervisor. The unit price for this service is lump sum and it is inclusive of all costs to complete the to work. C° os ■ Sealing of paving areas may be at the direction of the Division's Supervisor on a time and material basis. r ■ Pressure cleaning equipment must have adequate power to remove pavement markings without destabilizing N the pavers. Contractor may be required to re -sand paver joints if destabilized. ■ Upon finding damage to the brick curbing or paving, immediate notification to the Division's Supervisor is required. Following the notification, and with approval from the Division's Supervisor, the contractor shall clean-up debris if present, and flag off the areas with protective barriers and high visibility hazard tape. An hourly labor rate shall apply all-inclusive of equipment, materials, and disposal fees. aM fA ■ It is at the Division Landscape Supervisor's discretion to utilize the contractor, use in-house labor, or quote `o work for the removal, replacement, and repairing of brick curbing and pavers. 3.3. Emergency Response Labor Hours The contractor must be available to respond as follows for emergency call outs that occur Monday through Friday after 5:00 p.m. and be available 24 hours during weekends and holidays. ■ At the Contract Kick -Off meeting, the contractor shall designate two (2) employees that will represent the company for emergency calls requested by the division representative. They shall provide names and contact = ai information. _ ■ In the event of an emergency, the division representative shall contact the contractor's designated emergency w contact personnel by phone. If the contractor's employees were unable to immediately take the call, they = must contact the division representative within one (1) hour of the division representative's call. ■ Following the conversation with the division representative, the contractor's employee shall respond onsite at co the emergency location within two (2) hours. ■ Upon arrival at the emergency response location, the contractor shall remove unsafe conditions, which would adversely affect the health, safety or welfare of the public. If the contractor is unable to do so, they must immediately notify the division representative. _ ■ Failure to respond as stated above may result in a $100 penalty per incident; penalty enforcement is at the E s division's discretion. 0 Q Page 14 of 23 Packet Pg. 934 16.A.2.d 3.4. Landscape Personnel Labor Hours Line items shall be used for miscellaneous landscaping as directed by the Landscape Division. 3.5. Irrigation Personnel Labor Hours & Irrigation Equipment These line items shall be used for major repairs as outline below or other irrigation work as directed by the Division's Irrigation Supervisor. ■ Major irrigation repairs may include, but not limited to Valve cleaning and repairs, controllers, electrical wiring, and main lines. ■ Major repairs are more extensive work, and they are not included in weekly irrigation services. ■ Major repairs line items include Irrigation Supervisor hourly rate, Irrigation Technician hourly rate, and Irrigation Equipment usage rate. ■ Irrigation Equipment hourly usage rate shall only be invoiced when the equipment is being used during work. 3.6. Tree and Palm Maintenance Services Work may require re -planting, re -standing, and stake for fallen or leaning plant material, trees, and palms. Unit price includes materials to complete the work, equipment, machinery, cranes, fuel, labor, equipment operators, Maintenance of Traffic (MOT) and its equipment (i.e. arrow board, cones, etc..), water wagon or truck, and white spray paint to mark and identify irrigation lines that are visibly broken. If County's irrigation system is not functioning while performing services, the contractor/subcontractor is cn responsible to water the trees or palms that are being replanted and staked to eliminate air pockets and to allow to the soil to settle. Contractor shall provide the water and watering equipment to perform the service. os 3.6.1. Root Pruning Replanting and Staking of Palms and Trees r Includes cutting and removing circling roots or defective roots, and it also removes root defects near the N trunk base. Following pruning replant or re -stand the palm or tree and install staking and guy materials. T Refer to IFAS Storm Publication, by Dr. Ed Gilman; American National Standards Institute. 2001. American National Standard for tree care operations—Tree, Shrub, and Other Woody Plant c Maintenance—Standards practices (Pruning). ANSI A300 (part 1). New York: American National co Standards Institute. `o 3.6.2. Removal (Trees & Palms) Removal of trees or palms that no longer have viable life, pose risks in the public right-of-way, damaged trees that cannot be pruned, trees that are unable to grow and develop a safe viable crown with restoration pruning, or crown reduction that may cause property damage or personal injury. The unit costs include labor, equipment, machinery, rootball and stump removal, soil replacement, loading and hauling debris to a disposal site, and disposal fees. 3.6.3. Stump Tip Over's Tree and palm stump tip over work consists of removing rootball and stumps that were damaged by accidents, weather events, disease, or damage. Cost inclusive of labor, equipment, machinery, removal of rootball and stump, loading and hauling debris to a disposal site, and disposal fees. 3.6.4. Soil Replacements Cost inclusive of providing soil, equipment, materials, and labor to deliver and install. 3.6.5. Debris Removal = Cost includes labor, equipment, materials, debris loading and hauling to a disposal site, and disposal fees. E s 0 3.7. Equipment with Operator Rates Contractor's hourly unit price shall be all inclusive of equipment, equipment operator, fuel, labor, supplies, from Q portal to portal. The equipment hourly usage rates shall only be invoiced when the equipment is being used. Page 15 of 23 Packet Pg. 935 16.A.2.d 3.8. Traffic Accident Cleanup Work consists of hourly labor for removal of damaged plant materials, accident debris, equipment to cleanup site from traffic accident, hauling disposed debris and materials to a disposal site, blowing mulch from roadway and hardscapes surfaces, re -installing non -damaged plant materials that have a viable life, and arranging the other disturbed materials to the correct landscape design. 3.9. Crushed Shell Crushed Shell available in quarter inch (1/4") through half-inch (1/2") and one -inch (1") through one and one half -inches (1-1/2"); sizes are approximate. 10. Materials Markup Percentage Materials markup percentage for non -bid line items is 10%. Reimbursement of non -bid line items requires the contractor to submit the receipts showing the cost of goods to verify markup percentages. Failure to provide backup receipts showing costs of goods will result in invoice rejection. 4. GENERAL INFORMATION 4.1. Work Area Conditions Contractor agrees and accepts awarded work areas are in an "as is" condition. It is their sole responsibility to complete a site visit and inspection the area before submitting bids. 4.2. Contractor's Work Schedule c) Work schedules sent to the Landscape Division, shall be scheduled in a manor, to complete the work in one (1) visit. Do not move to the next roadway until the segment is completed, or unless directed the Landscape to Division, os r ■ Contractor shall provide work schedules before starting work; THIS IS A MANDATORY N REQUIREMENT. ■ Services for this contract require inspections, so schedules are mandatory. ■ Failure to provide work schedule(s) may result in services not paid. ■ Work schedules must be sent in advance, before work starts, via email to the Division's Landscape & Irrigation Supervisors the week prior, if this is not feasible, the deadline for submission is Monday by 6:30 co a.m. before services commence. Work schedules are Monday through Friday when County offices are open, `o unless approved by the Division. c ■ Schedules must list crew member names, service dates, times, and locations. ■ Irrigation services are weekly; dependent upon conditions site conditions, the schedule may be decreased or increased at the division's discretion. L ■ If the contractor changes the work schedule from what was originally submitted, they shall immediately = notify the Landscape Division. This is a mandatory requirement for contract compliance. 0 ■ The Division reserves the right to change schedules as needed for seasonal, weather, work conditions, 0 budgetary, or if it is in the best interest of the County. 4.3. Crew Sizes The minimum crew sizes for services are listed below. ■ Routine Landscape Maintenance: one (1) crew consisting of six (6) employees. ■ Chemical applications: at minimum, two (2) employee crew. W ■ Irrigation: at minimum, two (2) on-site employees. o Crew shall have field communication devices while performing services, so Division Representatives c d may contact them in the field. E o Crew shall be equipped with a laptop or Smart device for virtual connect to the irrigation system. 4.4. Contractor's Employees Q Employees shall be fully trained, licensed and certified, insured, and be able to effectively communicate with County staff, and capable of safely operating equipment and vehicles. Page 16 of 23 t- Packet Pg. 936 16.A.2.d 4.5. Safet Contractor shall use caution while working in County Right -of -Way and roadways. Contractor/subcontractor shall use extra caution when spraying chemicals to avoid harm to others and avoid damage to non -targeted plant materials. Chemicals spills shall be reported by contractor/subcontractor employees to the Division and Florida Department of Environmental Protection (FEDP) if required. Any damages that require repairs or replacement shall be the contractor/subcontractor responsibility at no cost to the County. 4.6. Maintenance of Traffic (MOT) Contractor is responsible in maintaining MOT Intermediate Level Certification to perform services in the ROW and medians. Contractor shall have MOT devices for adequate traffic control, and depending on the roadway, it may include: signage, arrow boards, message boards, warning devices, barriers, and flagmen. ■ MOT is required for the safety and protection of Contractor's employees and motorists during the i performance of services in the ROW and medians. 'D ■ Contractor's sole responsibility for safety in the work zone. m ■ MOT shall conform to the latest edition of the FDOT, Design Standards, 600 series, and The Manual on L Uniform Traffic Control Devices (MUTCD) ■ Contractor or sub -contractor will be required to have current FDOT approved MOT Intermediate Level m Certification for FDOT, Design Standards, 600 series for work in ROW medians and roadways. ■ Contractor's employee responsible for the setup and maintenance of the traffic control plan shall possess FDOT approved certification in their name, and they must be readily available within twenty (20) minutes of Cn the initial contact for work zone safety issues. to 4.7. Lane Closure o� No lane closures are permitted between the hours of 7:00 AM through 9:00 AM and 3:30 PM through 6:30 PM on r weekdays. Lane closures require Maintenance of Traffic (MOT) with the proper placement of lane closed signs, pre- N warning signs, arrow boards, traffic cones, etc. It is mandatory that your company notifies Growth Management M Department, Customer Service Specialist or designee, on Wednesday before lane closure(s) so it can be announced in Collier County's public Road Alert Notification. 7 4.8. Damages Contractor negligence in the performance of services causing damages shall be repaired or replaced at the Contractor's expense within seventy-two (72) hours. Some examples of negligence resulting in damages are dying plants, shrubs, trees, grass or foliage because of contract performance neglect by the contractor, contractor's employees, or subcontractors. Failure of the contractor to provide ramps or other devices to gain access over the curbs into medians causing curb or turf areas damages requires replacement at the contractor's expense. 4.9. Accident Reporting Contractor shall be responsible each week to contact the County personnel to report any accidents or thefts involving or occurring within the areas covered by this Contract. Should accidents or thefts occur, the contractor shall photograph the damage or loss and provide that photo the division Supervisor, at no additional cost. If assistance is requested by law enforcement, emergency personnel or others, the costs are included in the unit price. 10. Key Personnel m Contractor/subcontractor shall provide the division with key personnel, and an assign a Project Manager, as Supervisor, and Crew Leader. ■ Contact information must be provided to division at the contract kick-off meeting. It must include emails, E business, and cell phone numbers. s ■ Contact employees must be English speaking and effectively communicate with Division staff. r° ■ Work issued to the Project Manager and Supervisor/Crew Leader must have their full attention ensuring the Q schedule progresses daily, work remains constant, and they bid specifications. Page 17 of 23 Packet Pg. 937 16.A.2.d ■ For key personnel absence, contractor/subcontractor shall immediately notify Division with substitution personnel providing their names and contact information via email. ■ Division reserves the right to remove key personnel from a contract that fails to communicate and ensure services are performing per contract specifications effectively. 4.11. Meetings Either party may request meetings throughout the contract term, and it may require mandatory attendance. There are no additional costs to the County for these meetings. 12. Work Delays/Time Extensions Inclement weather, Acts of Force Majeure, or unforeseen circumstances at no fault of the contractor/subcontractor causing work delays. An example of an inexcusable delay is the contractor having insufficient equipment to complete services. The contractor/subcontractor shall immediately notify the division supervisor of any work delays, and within twenty-four (24) hours, follow-up in an email explaining the delay. The division supervisor will review the request to determine if the delay is at no fault of the contractor/subcontractor. 4.13. General Maintenance Report Sheets (GMRS) GMRS shall be completed on a weekly basis, signed by contractor and submitted via email to the Division's Landscape Supervisor the next day following completion of services. 14. Inspections Contractor shall email work schedules to the division Supervisors before work begins for inspections. ■ Any work deficiencies noted during an inspection shall be corrected before final acceptance at the W Contractor's expense. Deficiencies will be corrected within 48 howl after receipt of notification. $200 per day, per area ■ Contractor's Supervisor or Project Manager is required to conduct on-site inspections with division's r Supervisor, weekly or monthly, to verify services are being performed satisfactorily per the contract N specifications. T 4.15. Utilities Contractor shall be responsible in exercising pre -cautions while working near utilities. ■ Before digging, contractors are required to call Sunshine 811 at 811 or 800-432-4770, Monday — Friday from 7:00 a.m. — 5:00 p.m. ■ Sunshine 811 requires two (2) full business days' notice. Any damage to utilities is the Contractor's sole responsibility, and at no cost to the County. 4.16. Non -Performance Penalties The County reserves the right to assess non-performance penalties for goods not delivered; services not performed; work deficiencies not corrected; Monthly task schedule service line items that were omitted and not performed; services not performed in accordance with the specifications and contract documents; or services not completed within the timelines. The County will not pay for service line items that were omitted, incomplete, or work deficiencies that were not corrected. Non -Performance Penalty Line Items Penalty Amount Median Mowing, Edging & Street Cleaning $200 per day, per area Side ROW Mowing, Edging, & Street Cleaning $200 per day, per area Weeding $200 per day, per area General Site Trimming $150 per day, per area Trash Removal $150 per day, per area Page 18 of 23 CD E s 0 a Q Packet Pg. 938 16.A.2.d All other service line items not listed $150 per day, per area Note: Service task line items where the contractor failed to perform or complete the work, the County may choose one of the following options, and the contractor may be liable to pay the associated costs. The County reserves the right to select an option below that meets the needs of the County to complete the work, or they may choose another method. (a) Utilize County staff to complete the service line item(s). The contractor may liable to reimburse the County the actual costs for labor, materials, fuel, and equipment. (b) Staff to solicit a Request for Quote following the County's Purchasing Ordinance. The contractor may be liable to reimburse the County at the quoted price following the completion of services by the quoted contractor. (c) Request services utilizing another County landscape maintenance agreement. The contractor may be liable to reimburse the County at those contracted rates. 4.17. Compensation Invoices submission for payment approval must be accurate and complete with details of services performed or commodities purchased. ❑ Payment shall be approved for schedule line items or work completed that is satisfactory by the division Supervisors. ❑ Non -bid line item purchases shall have markup percentage applied with receipts provided for costs verification. ❑ Invoices will be rejected for inaccurate information. to ❑ Invoice must include, at a minimum: Division Name, Contract Number, Purchase Order Number, Work Order Number (if applicable), Details of Services Performed or Commodities Purchased, and if there are r Non -Bid Line Items, the contractor's cost for each item plus the percentage markup. a, N M r T Page 19 of 23 Q Packet Pg. 939 16.A.2.d EXHIBIT A-1 SITE SPECIFICATIONS Santa Barbara Boulevard from Rattlesnake Hammock Road to Davis Boulevard Work Area 21B / Approximately 2.00 miles This is a new work area that was recently constructed for landscape and irrigation. Work area sites are accepted "As Is." There will be no additional compensation for awarded work areas. It is highly recommended that Contractors visit the site before bidding for a full assessment. Santa Barbara Boulevard from Rattlesnake Hammock Road to Davis Boulevard improved median numbers 1 through 14. Median # Plant Beds Square Feet Floratam Sod Square Feet Pavers Square Feet 1 5,371 0 188 2 708 0 303 3 8,360 0 268 4 (concrete divider) 5 839 0 303 6 21,424 3,892 170 7 1,329 0 146 8 11,811 9,017 108 9 1,314 0 144 10 12,152 9,608 108 11 1,645 0 144 12 22,538 22,555 118 13 2,013 198 14 9,304 1,461 175 Total Square Feet 98,808 46,533 2,373 MEDIAN #1 Quantities Scientific Name Common Name Details 232 Arachis glabra `Ecoturf Perennial Peanut 85 Carissa'Emerald Blanket' Emerald Blanket Carissa 63 Bougainvillea spp. Silhouette Silhouette Bougainvillea Purple/Pink Flower 28 Bougainvillea spp. Miss Alice Miss Alice Bougainvillea White Flower 33 Dieter bicolor Yellow African Iris 23 Zamia floridanum Coontie 14 Muhlenbergia capillaris "White Cloud" White Muhly Grass 5 Lagerstroemia `Muscogee' Muskogee Crape Myrtle Purple Flowering Tree MEDIAN #2 Quantities Scientific Name Common Name Details Page 20 of 23 rn N M r tMm c in `0 c m 0 U m a 0 N _ to r— C6 c d E z 0 Q Packet Pg. 940 16.A.2.d 60 Arachis glabra `Ecoturf Perennial Peanut 42 Carissa'Emerald Blanket' Emerald Blanket Carissa MEDIAN #3 Quantities Scientific Name Common Name Details 358 Arachis glabra `Ecoturf Perennial Peanut 6 Veitchia montgomeryana Montogomery Palm 80 Dietes bicolor Yellow African Iris 160 Carissa'Emerald Blanket' Emerald Blanket Carissa 68 Bougainvillea spp. Silhouette Silhouette Bougainvillea Purple/Pink Flower 6 Lagerstroemia speciosa Queen Crape Myrtle Purple Flowering Tree 10 Serenoa Repens `Cinerea' Silver Saw Palmetto 7 Sabal palmetto Cabbage Palm 70 Muhlenbergia capillaris Muhly Grass MEDIAN #4 Concrete Divider MEDIAN #5 Quantities Scientific Name Common Name Details 13 Strelizia regina Orange Bird of Paradise 90 Arachis glabra `Bcoturf Perennial Peanut MEDIAN #6 Quantities Scientific Name Common Name Details 6 Roystonea elata Royal Palm 70 Dietes bicolor Yellow African Iris Yellow Flower 646 Arachis glabra `Ecoturf Perennial Peanut Yellow Groundcover 132 Bougainvillea spp. Silhouette Silhouette Bougainvillea Purple/Pink Flower 72 Bougainvillea spp. Miss Alice Miss Alice Bougainvillea White Flower 6 Lagerstroemia `Muscogee' Muskogee Crape Myrtle Purple Flowering Tree 20 Serenoa Repens `Cinerea' Silver Saw Palmetto 14 Sabal palmetto Cabbage Palm 145 Muhlenber is ca illaris Muhly Grass 239 Carissa'Emerald Blanket' Emerald Blanket Carissa White Flower 28 Rondeletia leuco h lla Panama Rose 6 Bucida bucerus'Shad Lady' Shady Lad 464 Arachis glabra `Ecoturf Perennial Peanut 96 Zamia floridanum Coontie 4 Quercus virginiana Live Oak 21 Philodendron selloum Split leaf Philodendron 4 Veitchia montgomeryana Montgomery Palm 46 Muhlenbergia capillaris "White Cloud" White Muhly Grass MEDIAN #7 Quantities Scientific Name Common Name Details 335 Arachis glabra `Ecoturf Perennial Peanut 34 Carissa'Emerald Blanket' Emerald Blanket Carissa MEDIAN #8 Quantities Scientific Name Common Name Details Page 21 of 23 coo to CD CD E s 0 W Q Packet Pg. 941 16.A.2.d 101 Arachis glabra `Ecoturf Perennial Peanut 49 Carissa'Emerald Blanket' Emerald Blanket Carissa White Flower 49 Dietes bicolor Yellow African Iris Yellow Flower MEDIAN #8 Quantities Scientific Name Common Name Details 150 Bougainvillea spp. Miss Alice Miss Alice Bougainvillea White Flower 8 Veitchia montgomeryana Montgomery Palm 99 Muhlenbergia capillaris "White Cloud" White Muhly Grass 6 Quercus virginiana Live Oak 132 Bougainvillea spp. Silhouette Silhouette Bougainvillea Purple/Pink Flower 22 Philodendron selloum Split leaf Philodendron 6 Lagerstroemia indica "Natchez" Natchez Crape Myrtle White Flower 14 Serenoa Repens `Cinerea' Silver Saw Palmetto MEDIAN #9 Quantities Scientific Name Common Name Details 269 Arachis glabra `Ecoturf Perennial Peanut 8 Strelizia regina Orange Bird of Paradise Orange Flower MEDIAN #10 Quantities Scientific Name Common Name Details 41 Carissa'Emerald Blanket' Emerald Blanket Carissa White Flower 85 Arachis glabra `Ecoturf Perennial Peanut Yellow Flower 69 Dietes bicolor Yellow African Iris g Veitchia montgomeryana Montgomery Palm 92 Muhlenbergia capillaris "White Cloud" White Muhly Grass 174 Bougainvillea spp. Miss Alice Miss Alice Bougainvillea White Flower 132 Bougainvillea spp. Silhouette Silhouette Bougainvillea Purple/Pink Flower 22 Philodendron selloum Split leaf Philodendron 6 Quercus virginiana Live Oak 9 Lagerstroemia `Muscogee' Muskogee Crape Myrtle Purple Flowering Tree 21 Serenoa Repens `Cinerea' Silver Saw Palmetto MEDIAN #11 Quantities Scientific Name Common Name Details 58 Agapanthus Agapanthus Blue Flower 390 Arachis glabra `Ecoturf Perennial Peanut MEDIAN #12 Quantities Scientific Name Common Name Details 160 Arachis glabra `Ecoturf Perennial Peanut 52 Dietes bicolor Yellow African Iris Yellow Flower 24 Carissa'Emerald Blanket' Emerald Blanket Carissa 8 Veitchia montgomeryana Montgomery Palm 166 Bougainvillea spp. Miss Alice Miss Alice Bougainvillea White Flower 103 Muhlenbergia capillaris "White Cloud" White Muhly Grass 12 Quercus virginiana Live Oak 287 Bougainvillea spp. Silhouette Silhouette Bougainvillea Purple/Pink Flower 44 Philodendron selloum Split leaf Philodendron Page 22 of 23 Q Packet Pg. 942 16.A.2.d 30 Serenoa Repens `Cinerea' Silver Saw Palmetto 15 Serenoa Repens Green Saw Palmetto (Floratam). 18 Sabal palmetto Cabbage Palm 120 Muhlenbergia capillaris Muhly Grass MEDIAN #12 Quantities Scientific Name Common Name Details 6 Lagerstroemia `Muscogee' Muskogee Crape Myrtle Purple Flowering Tree MEDIAN #13 Quantities Scientiflc Name Common Name Details 20 Strelizia regina Orange Bird of Paradise 524 Arachis glabra `Ecoturf Perennial Peanut MEDIAN #14 Quantities Scientific Name Common Name Details 128 Arachis glabra `Ecoturf Perennial Peanut 54 Bougainvillea spp. Silhouette Silhouette Bougainvillea Purple/Pink Flower 30 Dietes bicolor Yellow African Iris Yellow Flower 8 Veitchia montgomeryana Montgomery Palm 108 Muhlenbergia capillaris "White Cloud" White Muhly Grass 107 Bougainvillea spp. Miss Alice Miss Alice Bougainvillea White Flower 23 Zarnia floridanum Coontie 29 Carissa'Emerald Blanket' Emerald Blanket Larissa White Flower a. Median mowing of Floratam grass SITE AREA SITE DESCRIPTION ACRES Median areas from Rattlesnake Hammock Rd to Davis Blvd 1.07 Median Area (Floratam). Page 23 of 23 0 N M r co to tr CD CD E s 0 Q Packet Pg. 943 16.A.2. d Exhibit B Fee Schedule following this page (containing 4 pages) Page 16 of 17 Fixed Term Service Agreement #2017-002 (Ver.I ) Packet Pg. 944 16.A.2.d EXHIBIT B -FEE SCHDULE ITB #19-7661 SANTA BARBARA BLVD LANDSCAPE MAINTENANCE (RATTLESNAKE HAMMOCK ROAD TO DAVIS BLVD) WORK AREA 21B APPROXIMATELY 2.0 MILES Quantities are approximate for bidding purposes. Work Area 21B: Santa Barbara Blvd from Rattlesnake Hammock Rd to Davis Blvd. Year 1 Prices Year 2 Prices Year 3 Prices 1. ROUTINE MAINTENANCE Item Description Qty u0m UnitPrice UnitPrice UnitPrice 1 Median Mowing & Edging 52 Weekly $ 123.19 $ 123.19 $ 123.19 2 Weeding 52 Weekly $ 255.21 $ 255.21 $ 255.21 3 General Site Trimming 12 Monthly $ 3,642.61 $ 3,642.61 $ 3,642.61 4 Street Cleaning 52 Weekly $ 61.44 $ 61.44 $ 61.44 5 Trash Removal 52 Weekly $ 92.17 $ 92.17 $ 92.17 2. SITE SPECIFIC MAINTENANCE TREE & PALM MAINTENANCE Canopy Trees (April - September) UnitPrice Unit Price Uniffrice 6 Bucida buceras 'Shady Lady' 6 Each $ 75.50 $ 75.50 $ 75.50 7 Lagerstroemia ind i ca 'Muskogee' /'Muskogee' Crape Myrtle 26 Each $ 17.50 $ 17.50 $ 17.50 8 Quercus virginiana / Southern Live Oak 28 Each $ 87.50 $ 87.50 $ 87.50 9 Lagerstroemia indica /'Natchez' Crape Myrtle 6 Each $ 17.50 $ 17.50 $ 17.50 10 Lagerstroemia speciosa/ Queens Crape Myrtle 6 Each $ 17.50 $ 17.50 $ 17.50 Palms(June) UnitPrice UnitPrice UnitPrice I I Roystonea elata / Royal Palm 6 Each $ 20.00 $ 20.00 $ 20.00 12 Sabal palmetto 39 Each $ 23.70 $ 23.70 $ 23.70 13 Veitchia montgomeryana / Montgomery palm 42 Each $ 20.00 $ 20.00 $ 20.00 Palms, Seed Pod Removals, as needed UnitPrice UnitPrice UnitPrice 14 Roystonea elata / Royal Palm 6 Each $ 26.25 $ 26.25 $ 26.25 15 Sabal palmetto 39 Each $ 17.50 $ 17.50 $ 17.50 16 Veitchia montgomeryana / Montgomery palm 42 Each $ 26.25 $ 26.25 $ 26.25 FERTILIZATION: Groundcover, Shrub, Tree, & Palm (Granular -County supplied / Liquid -Contractor supplied) UnitPrice UnitPrice UnitPrice 17 Application labor rate only (Granular fertilizer 8-2-12, County supplied), Turf, Groundcover, Shrubs, Trees; Approx 33 bags per application 64 50 LB Bag $ 15.50 $ 15.50 $ 15.50 18 Application labor rate only (Granular fertilizer, So -Po -Mag (0-0- 22) County supplied), Palms, Approx 1 bag per application 2 50 LB Bag $ 10.00 $ 10.00 $ 10.00 0 N M r T coo m CD c CD E s 0 w Q Packet Pg. 945 16.A.2.d Item Description Qty UOM Unit Price Unit Price Unit Price 19 supplied), Application labor rate only (Granular fertilizer 8-2-12, County Additional for Palms; Approx I bag per application 2 50 LB Bag $ 15.50 $ 15.50 $ 15.50 20 Application labor rate only (Granular fertilizer, Micronutrients, County Supplied) I 50 LB Bag $ 15.50 $ 15.50 $ 15.50 21 Application labor &materials (Drench) (Sequestrene Iron, Contractor supplied) 1 Lump Sum $ 728.76 $ 728.76 $ 728.76 22 Application labor & materials (20-20-20 w/Ferromec AC 13-0-0 plus 6% Iron, Contractor supplied) I Lump Sum $ 485.84 $ 485.84 $ 485.84 ORNAMENTAL & TURF SPRAYING: Turf, Groundeovet Shrub, Tree, and Palm` (Contractor supplied chemicals) UnitPriee Unit Price Unit Price 23 Insecticides & Fungicides Application Labor & Materials (Foliar) 1 Lump Sum $ 1,989.26 $ 1,989.26 $ 1,989.26 24 Insecticides & Fungicides Application Labor & Materials (Drench) 1 Lump Sum $ 430.38 $ 430.38 $ 430.38 25 Insecticides & Fungicides Application Labor & Materials (Turf) 1 Lump Sum $ 2,160.96 $ 2,160.96 $ 2,160.96 26 Herbicides Application Labor & Materials (Pre or Post Emergent) I Lump Sum $ 1,912.70 $ 1,912.70 $ 1,912.70 27 Herbicides Application Labor & Materials (Tura) I Lump Sum $ 671.40 $ 671.40 1 $ 671.40 3. ALTERNATIVE SERVICES GROWTH REGULATOR APPLICATIONS (Contractor supplied - Trimtect® or Equivalent) Unit Price Unit Price Unit Price 28 Growth Regulator Applications Labor & Material 1 Lump Sum $ 3,742.73 $ 3,742.73 $ 3,742.73 MULCH (2" mulch, 2 cubic foot bags) Unit Price Unit Price Unit Price 29 Application labor & materials rate (Contractor supplied mulch) 8,258 2 cu ft bag $ 5.00 $ 5.00 $ 5.00 30 Application labor only rate (County supplied mulch) 8,258 2 cu ft bag $ 2.50 $ 2.50 $ 2.50 PRESSURE CLEANING. (inclusive of all labor, materials, equipment to complete the work) Unit Price Unit Price' UnitPriee 31 1 Brick Pavers & Hardscape Surfaces I Lump Sum $ 504.27 $ 504.27 $ 504.27 EMERGENCY RESPONSE LABOR HOURS (After 5:00 p.m., Monday -; Friday, and 24 hours during weekends & holidays) Unit Price Unit Price ' UnitPriee 32 Supervisor 1 Hourly $ 55.00 $ 55.00 $ 55.00 33 Laborer 1 Hourly $ 45.00 $ 45.00 $ 45.00 LANDSCAPE PERSONNEL LABOR HOURS Unit Price Unit Price Unit Price 34 Landscape Supervisor 1 Hourly $ 45.00 $ 45.00 $ 45.00 35 Landscape Laborer 1 Hourly $ 35.00 $ 35.00 $ 35.00 IRRIGATION PERSONNEL LABOR HOURS Unit Price UnitPriee' Unit Price 36 Irrigation Supervisor 1 Hourly $ 85.00 $ 85.00 $ 85.00 37 Irrigation Technician I Hourly $ 65.00 $ 65.00 $ 65.00 38 Irrigation System Review I Hourly $ 65.00 $ 65.00 $ 65.00 39 Irrigation Supervisor (After Hours: 7:00 p.m. - 6:30 a.m.) I Hourly $ 95.00 $ 95.00 $ 95.00 40 Irrigation Technician (After Hours: 7:00 p.rn. - 6:30 a.m.) 1 I Hourly $ 75.00 $ 75.00 $ 75.00 0 N M T coo m CD c tv E s 0 W Q Packet Pg. 946 16.A.2.d Item Description Qty UOM Unit Price Unit Price Unit Price IRRIGATION SERVICES Unit Price Unit Price Unit Price 41 Irrigation System Maintenance & Repair 26 Bi -Weekly $ 560.20 $ 560.20 $ 560.20 TREE & PALM SERVICES Unit trice unit Price UnitPrice (All inclusive of labor, equipment, watering, materials, and incidentials to complete the work) 42 Staking Large Palms (Caliper greater than 6") 1 Each $ 300.00 $ 300.00 $ 300.00 43 Staking Small Canopy Tree 1 Each $ 45.00 $ 45.00 $ 45.00 (2x2 posts and guy wire, 4"-6" caliper) 44 Staking Large Canopy Tree I Each $ 85.00 $ 85.00 $ 85.00 (2x4 posts, greater than 6" caliper) 45 Restanding and Staking Small Palm 1 Each $ 100.00 $ 100.00 $ 100.00 (4"-6" Caliper) 46 Restanding and Staking Large Palms 1 Each $ 300.00 $ 300.00 $ 300.00 Caliper greater than 6") Restanding and Staking Small Canopy Tree 1 Each $ 45.00 $ 45.00 $ 45.00 47 2x2 posts and guy wire, 4"-6" caliper) 48 Restaking Large Canopy Tree 1 Each $ 85.00 $ 85.00 $ 85.00 (2x4 posts, greater than 6" caliper) Removal: Small Palms - Alexander, Pygmy Date, Montegomery, 1 Each $ 200.00 $ 200.00 $ 200.00 49 Thrinax, Cocothrinax, (includes root balls and stumps) Removal: Medium Palms - Foxtail & Sabal 1 Each $ 250.00 $ 250.00 $ 250.00 50 (includes root balls and stumps) Removal: Large Palms - Royal & Bismarck 1 Each $ 700.00 $ 700.00 $ 700.00 51 (includes root balls and stumps) Removal: Small Trees - Trees up to 10 feet in height l Each $ 150.00 $ 150.00 $ 150.00 52 (includes root balls and stumps) Removal: Medium Trees - 11 feet in height but less than 20 feet 1 Each $ 200.00 $ 200.00 $ 200.00 53 in height (includes root balls and stumps) Removal: Large Trees - 20 feet in height and greater 1 Each $ 850.00 $ 850.00 $ 850.00 54 (includes root balls and stumps) 55 Stump tip overs (small) 1 Each $ 125.00 $ 125.00 $ 125.00 56 Stump tip overs (medium) 1 Each $ 150.00 $ 150.00 $ 150.00 57 Stump tip overs (large) 1 Each $ 150.00 $ 150.00 $ 150.00 58 Soil replacement (fill in stump tip over hole) 1 Cubic Yard $ 85.00 $ 85.00 $ 85.00 59 Cut Dead Palm to a 3' stump (All sizes) I Hour $ 55.00 $ 55.00 $ 55.00 60 Cut Dead Tree to a 3' stump (All sizes) 1 Hour $ 55.00 $ 55.00 $ 55.00 61 Debris Removal I Cubic Yard $ 15.00 $ 15.00 $ 15.00 EOUIPMENT WITH OPERATOR RATES Unit Price Unit Price Unit Price (Inclusive of labor, equipment, fuel '& materials) 62 Bucket Truck 1 Hour $ 250.00 $ 250.00 $ 250.00 63 Water Truck 1 Hour $ 195.00 $ 195.00 $ 195.00 0 0 N M r Q Packet Pg. 947 Item Description Qty UOm Unit Price Unit Price Unit Price 64 Mini Excavator I Hour $ 395.00 $ 395.00 $ 395.00 65 Crane Truck 1 Hour $ 200.00 $ 200.00 $ 200.00 66 Skid Loader I Hour $ 225.00 $ 225.00 $ 225.00 TRAFFIC ACCIDENT CLEAN UP (Work consists of hourly labor rate for removal of damaged plant materials and accident debris, equipment to cleanup site from traffic accident, hauling disposed Unit Price Unit Price Unit Price debris and materials to a disposal site, blowing mulch from roadway and hardscapes surfaces, re -installing non -damaged plant materials that have a viable life, and arranging the other disturbed materials to the correct landscape design.). 67 Traffic Accident Cleanup Hourly Rate I Hourly $ 55.00 $ 55.00 $ 55.00 MATERIALS MARKUP PERCENTAGE IS 10% ( percentage is a markup on non -bid line items. Receipts are required as backup with invoice for verification) 16.A.2.d r r C Cd E t 0 y.+ Q r" Packet Pg. 948 Other Exhibit/Attachment Description: ❑ following this page (containing pages) FM this exhibit is not applicable Page 17 of 17 16.A.2. d Fixed Term Service Agreement 92017-002 (Ver. 1) Packet Pg. 949 s 16.A.2.e AC"R " CERTIFICATE OF LIABILITY INSURANCE DATE( INSR LTR TYPE OF INSURANCEADDLSUBR INSD 09/25/2019 POLICY NUMBER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS POLICY EXP MM/DD/YYYY CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Kathy Hoyer _ McGowan Insurance Group Inc PHONE (317) 464-5000 FAX (317) 464-5001 A/C No Ext): A/C, No): v C 355 Indiana Avenue E-MAIL SS: kathyhoyer@mcgowaninc.com ADDREN Suite ZOO INSURER(S) AFFORDING COVERAGE NAIC # Indianapolis IN 46204 INSURERA: The Florists' Mutual Insurance Co 13978 PERSONAL&ADV INJURY $ 1,000,000 INSURED Philadelphia Insurance Co. 18058 IN URER B . Mainscape, Inc.; Mainscape Fishers, LLC INSURER C : 13418 Britton Park Road INSURER D: INSURER E: Fishers IN 46038 INSURER F: COVERAGES CERTIFICATE NUMBER: 2019-20 FL Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCEADDLSUBR INSD WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR DAMAGE TO PREM SES Ea or ence $ 100,000 MED EXP (Any one person) $ 5,000 X Landscape Design E & O Incl X Pesticide Included PERSONAL&ADV INJURY $ 1,000,000 A Y FICBP13718 10/01/2019 10/01/2020 LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY I PRO ❑LOC JECT: MOTHER PRODUCTS-COMP/OPAGG $ 2,000,000 Employee Benefits $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident BODILY INJURY (Per person) $ X ANYAUTO A OWNED SCHEDULED AUTOS ONLY AUTOS FMA00009633 10/01/2019 10/01/2020 BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per accident X HIRED�/ NON -OWNED AUTOS ONLY /� AUTOS ONLY Uninsured motorist $ 1,000,000 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 1 O,000,OOO AGGREGATE $ 10,000,000 A EXCESS LAB CLAIMS -MADE EX09712 10/01/2019 10/01/2020 DED I X1 RETENTION $ 10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/ N ANY PROPRIETOR/PARTNER/EXECUTIVE N OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N/A WCN3074518 10/01/2019 10/01/2020 �/ /� STATUTE ETH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 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 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) 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) 19-7661 CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3327 Tamiami Trail E. Naples d1 sZ R V to C fC J m to L E R m fC C t4 r ti r N M r r O N �I N V C fC 7 N C vl C N !Z V to C t�0 t0 C N E t U r SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Q THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE FL 34112 O/ , 1664 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 950 Collier County +Clwwo" Icy !10'Yllt/@ $81V100Si:�0�8t>fTfOfR PWGx--nW* gEPv%)96 DfYKKP , \ / Form l: Vendor's Non -Response Statement 16.A.2.f Solicitation 19-7661 The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore. we are interested in ascertaining reasons for prospeelk-e Vendors not wishing to respond to this solicitation. Ifyour firm is not responding to this solicitation, please indicate the rcason(s) by checking the item(s) listed below and return this form via email noted on the cover page. or mail to Collier County Government. Procurement Services Division. 3295 Tamiami Trail East. BLDG C-2. Naples. FL 341 12. We are not responding to the solicitation for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly Understood or applicable (too vague, rigid. etc.) ❑ Projcct is too small. ❑ Insufficient time allowed liar preparation of response. ❑ Incon-cet address used. Please correct mailing address: ❑ Other reason(s): w r t0 t° rr rn an N M r r Name of Firm: fn O Address: Q- - - - O L City. State. Z.i P d at CL Telephone: M v fn C Email: Representative Signature: m W ti Representative Name: Date c m E M U r r Q Packet Pg. 951 16.A.2.f Ccler County Administrative Services Depar hent Pracuimment Services Division Form 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: FA The Solicitation Submittal has been signed. Q The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. ® Division of Corporations - Florida Department of State — hn://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: �y�G Address: iy� �^r ffPa City, State, Zip: % d l P s - vim` Telephone: Email: L !'ea cc` r , s6gpe. Representative Signature: Z s n Representative Name. erl Bra ZA Lit Date 9 �E j Packet Pg. 952 16.A.2.f Cdber COWnty Administrative Services Depatnent Procurement Ser, ices Dr ision Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g-, writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. in addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project; and, 2. indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: Il !1. r n SGe Ae �ri—yC . Signature and Date: Print Name: '�_R Ae r+ Title of Signatory:..- 0 0. 0 IL W CL M U E M to to CD c d E M a Packet Pg. 953 16.A.2.f C Ger County Adminsst-Ave Services DepartmeM PrOCUremenr Sennces Divis ri Form 4: Vendor 1?eclaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 2- 2- day of 5,erj e. , 20jjin the County of 05cep c, , in the State of 1�&C,A Firm's Legal Name: `n S r nrJc'yt�C. Address:[�'r �.� v k Z eA City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR 4 or CAGE Code *Only if Grant Funded Telephone: Signature by: (Typed and written) Title: Ub400"70fi�;_ 3S- 1 b 335'-,eo - - 2-1-1- 5--7-7- 31 4 � o 7 o o ., y Q 0 0. 0 L (L a) M M U c m os c d E z v ce a Packet Pg. 954 Additional Contact Information Send payments to: �41 As C -c: (required if different from Company name used as payee above) Contact name: Title: i uz,,,Ac IF) Address: City, State, ZIPi S he 6i Telephone: , Email:-� '^ Office servicing Collier County to place orders (required if different from above) Contact name: C` r_ Vii'► Title: y.a►";'��1�Y C'1S Address: ? 1 ,. City, State, ZIP Telephone: 5-q,7 Email: L L 6-c+� c n C tw 16.A.2.f r Q Packet Pg. 955 16.A.2.f Coder Co-.nty Admirkishnfive Services Departnient Procurement Services Division Form 5: immigration Affidavit Certification This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E -Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E -Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of earollment in the E -Verify program may deem the Vendor's proposal as non- responsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E -Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E -Verify), operated by the Department of Homeland pp Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. ;g c k � Company Name Gig n G eefJ e -- Print Name lZ o L e r 4" • Z m Title `✓., _.._j Signature � - _ Date C6 .. N State of M County of 05C e -e 0 am 0 L a The signee of these Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this a affidavit to interrogatories hereinafter made. M rn c % %%���ki a rrrrrf� to = SEAL =' Jan. 23, 1998 E AADANA a Packet Pg. 956 16.A.2.f E-Verif Vin,,, ti Company ID Numb. .42803 4S Clti��ft Company ID .565ti6B THE E -VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING A E -VERIFY EMPLOYER AGENT ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS), Mainscaae, Inc. (Employer), and ERC Dataglus, Inc. (E -Verify Employer Agent) regarding the Employer's and E -Verify Employer Agent's participation in the Employment. Eligibility Verification Program (E -Verify). This MOU explains certain features of the E -Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), the Employer, and the E -Verify Employer Agent. References to the Employer include the E -Verify Employer Agent when acting on behalf of the Employer. E -Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E -Verify is used to verify the employment eligibility of all newly hired employees and at] existing employees assigned to Federal contracts or to verify the entire workforce if the contractor so chooses. Authority for the E -Verify program is found in Title IV, Subtitle A, of the Illegal Immigration iz Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as C6 amended (8 U.S.C. § 1324a note). Authority for use of the E -Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility N Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor with the FAR E -Verify clause") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Ta Order 12989, as amended. o 0- 0 ARTICLE H a W FUNCTIONS TO BE PERFORMED N A. RESPONSIBILITIES OF SSA S 1. SSA agrees to provide the Employer (through the E -Verify Employer Agent) with available information that will allow the Employer to confirm the accuracy of Social Security � Numbers provided by all employees verified under this MOU and the employment o, authorization of U.S. citizens. c 2. SSA agrees to provide the. Employer and E -Verify Employer Agent appropriate E assistance with operational problems that may arise during the Employer's participation in E -Verify. SSA agrees to provide the E -Verify Employer Agent with names, titles, addresses, r and telephone numbers of SSA representatives to be contacted during the E -Verify Q process- Pagel rocess_Page1 of 151,E -Verify MOU for Employer (Client) using a E -Verify Employer Agent I Revision Date 09/01/09 www.dhs.gov/E-Verify Packet Pg. 957 16.A.2.f E -Verify Company ID Number: 42803 Client Company ID Number: 565668 3. SSA agrees to safeguard the information provided by the Employer through the E -Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluations of E -Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfrmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and non -citizens within 10 Federal Government work days of the date of referral to SSA., unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. B. RESPONSIBILITIES OF DHS 1. After SSA verifies the accuracy of SSA records for employees through E -Verify, DHS N agrees to provide the Employer (through the F -Verify Employer Agent) access to selected data from DHS's databaseto enable the Employer (through the E -Verify Employer Agent) to conduct, to the extent authorized by this NIOU; rn • Automated verification checks on employees by electronic means, and 0 0 • Photo verification checks (when available) on employees. ri 2. DHS agrees to provide to the Employer and E -Verify Employer Agent appropriate a assistance with operational problems that may arise during the Employer's participation in E -Verify. DHS agrees to provide the E -Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the M E -Verify process. co 3. DHS agrees to make available to the Employer (through the E -Verify Employer Agent), at the E -Verify Web site and on the E -Verify Web browser, instructional materials on E- r Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E -Verify. DHS agrees to provide training materials on E -Verify. E 4. DHS agrees to provide to the Employer (through the E -Verify Employer Agent) a notice, 0 which indicates the Employer's participation in the E -Verify program. DHS also agrees to Q provide to the Employer (through the E -Verify Employer Agent) anti -discrimination Page 2 of 151 E -Verify MOU for Ernployer.(Chent) using a E-Verih/ Employer Agent I Revision Elate 091011o9 www. d hs.g ov1E-!Verify Packet Pg. 958 16.A.2.f Company Ib Humber: 42803 Client Company 10 Number: 565668 notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. DHS agrees to issue the E -Verify Employer Agent a user identification number and password that will be used exclusively by the E -Verify Employer Agent, on behalf of the Employer, to verify information provided by employees with DHS's databases. DHS agrees to safeguard the information provided to DHS by the Employer (through the E -Verify Employer Agent), and to limit access to such information to individuals responsible for the verification of employees' employment eligibility and for evaluation of the E -Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government workdays of the initial inquiry. 8. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DNS tentative nonconfirmations and photo non -match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS; unless DHS determines that more than 10 days may be necessary. In such cases, DNS will provide additional verification instructions. C, RESPONSIBILITIES OF THE EMPLOYER o • If an employee presents a "List 13" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 Q C_F.R, § 274a.2(b)(1)(8)) can be presented during the Form 1-9 process to establish Page 3 of 15 I E -Verify MOU for Employer .(Client) using a E -Verify Employer Agent I Revision Date 09/01/09 wv.rw.dhs.gov/E-VerIfy Packet Pg. 959 0- 0 1. The Employer agrees .to display the notices supplied by DHS (through the E -Verify a Employer Agent) in a prominent place that is clearly visible to prospective employees a and all employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and y telephone numbers of the Employer representatives to be contacted regarding E -Verify. 3. The Employer agrees to become familiar with and comply with the most recent version co of the E -Verify User Manual. -I he Employer will obtain the E -Verify User Manual from the � E -Verify Employer Agent. r 4. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: c E t • If an employee presents a "List 13" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 Q C_F.R, § 274a.2(b)(1)(8)) can be presented during the Form 1-9 process to establish Page 3 of 15 I E -Verify MOU for Employer .(Client) using a E -Verify Employer Agent I Revision Date 09/01/09 wv.rw.dhs.gov/E-VerIfy Packet Pg. 959 16.A.2.f i Company ID Number: 42803 Client Company ID Number: 665668 identity_) If an employee objects to the photo requirement for religious reasons, the -0 Employer should contact E -Verify at 1-888-464-4218. 0 • If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form 1- 766 (Employment Authorization Document) to complete the Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The photocopy must be of sufficient quality to allow for verification of the photo and written information. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non -matches N that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form 1-9. DHS may J in the future designate other documents that activate the photo screening tool. 5. The Employer understands that participation in E -Verify does not exempt the Employer op from the responsibility to complete, retain, and make available for inspection Forms 1-9 M that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section R 2748 of the INA with respect to Form 1-9 procedures, except for the following modified m requirements applicable by reason of the Employer's participation in E -Verify: (1) identity documents must have photos, as described in paragraph 4 above; (2) a rebuttable cM presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in good ti faith compliance with the terms and conditions of E -Verify; (3) the Employer must notify di DHS if it continues to employ any employee after receiving a final nonconfirmation, and r is subject to a civil money penalty between $550 and $1,106 for each failure to notify N DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized 77 alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an R employee after receiving a final nonconfirmation; and (5) no person or entity participating o in E -Verify is civilly or criminally liable under any law for any action taken in good faith a 0 based on information provided through the confirmation system. DHS reserves the right a to conduct Form 1-9 and E -Verify system compliance inspections during the course of E- a Verify, as well as to conduct any other enforcement activity authorized by law. y 6. The Employer agrees to initiate E -Verify verification procedures (through the E -Verify 0 Employer Agent), for new employees within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form 1-9 have been completed), and to complete as many (but only as many) steps of the E -Verify process ti as are necessary according to the E -Verify User Manual, or in the case of Federal a, contractors with the FAR E -Verify clause, the E -Verify User Manual for Federal r Contractors. The Employer is prohibited from initiating verification procedures before the employee has been.hired and the Form 1-9 completed. If the automated system to be E queried is temporarily unavailable, the 3 -day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith; to make tea, inquiries during the period of unavailability. Employers may initiate verification, through Q the E -Verify Employer Agent, by notating the Form 1-9 in circurnstances where the Page 4 of 15 i E -Verity MOU for Employer (Ghent) using a E -Verify Employer Agent I Revision rate 091011og www.dhs,gov/E-Verify Packet Pg. 960 16.A.2.f r'1` 'X v,�Illlll3�,.- Company ID Number: 42803 Client Company ID Number: 565668 employee has applied for a Social Security Number (SSN) from the SSA and is waiting -M to receive the SSN, provided that the E=mployer (through the E -Verify Employer Agent) c performs an E -Verify employment verification query using the employee's SSN as soon = as the SSN becomes available. �? c The Employer agrees not to use E -Verify procedures for pre-employment screening of 2 job applicants, in support of any unlawful employment practice, or for any other use not a authorized by this MOU. Employers must use E -Verify (through its E -Verify Employer Agent) for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c. Except as provided in Article ILD, the c Employer will not verify selectively and will not verify employees hired before the _J effective date of this MOU, The Employer understands that if the Employer uses the E - Verify system for any purpose other than as authorized by this MOU, the Employer may op be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOU. E L The Employer (through its E -Verify Employer Agent) agrees to follow appropriate R m procedures (see Article 111. below) regarding tentative nonconfirmations, including notifying employees in private of the finding and providing them written notice of the findings, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non -match, the Employer is required to take affirmative steps (see Article c� 111.8. below) to contact DHS with information necessary to resolve the challenge. r N The Employer agrees not to take any adverse action against an employee based upon C"' the employee's perceived employment eligibility status while SSA or DHS is processing 77 the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § R 274a.1(1)) that the employee is not work authorized. The Employer understands that an o initial inability of the SSA or DHS automated verification system to verify work a L_ authorization, a tentative nonconfirmation, a case in continuance indicating the need for L_ additional time for the government to resolve a case), or the finding of a photo non- a match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided y a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other a, assignment, or otherwise subjecting an employee to any assumption that he or she is r unauthorized to work, or otherwise mistreating an employee) until and unless secondary c verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non -match or if a secondary verification is completed and a final nonconfirmation �g is issued, then the Employer can find the employee is not work authorized and terminate Q the employee's employment. Employers or employees with questions about a final Page 5 of 151 E -Verify MMU for Empioyer (Client) using a E -Verify Employer Agent I Revision Cate 99/01109 www.dhs.gov/E-Verify Packet Pg. 961 16.A.2.f I Company ID Number: 42803 Client Company ID Number: 566668 nonconfrmabon may call E -Verify at 1-888-464-4218 or OSC at 1-800-255-8155 or 1- 800-•237-2515 (TDD). 10. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 2748 of the INA, as applicable, by not discriminating unlawfully against any individual in .E hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 27413(a)(3) of the INA, because a of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E -Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any _J violation of the unfair immigration -related employment practices provisions in section 2748 of the INA could subject the Employer to civil penalties, back pay awards, and op other sanctions, and violations of Title Vll could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 2748 of the INA or Title VII may also lead to the termination of its participation in E -Verify. If the Employer has any questions relating to the anti -discrimination provision, it should m contact OSC at 1-800-255-8155 or 1-800•-237-2515 (TDD). f° c 11. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. rn 12. The Employer agrees that it will use the information it receives from SSA or DHS r (through the E -Verify Employer Agent) pursuant to E -Verify and this MOU only to confirm] N the employment eligibility of employees as authorized by this MOU. The Employer agrees, that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person o other than employees of the Employer who are authorized to perform the Employer's Q - responsibilities under this MOU, except for such dissemination as may be authorized in l advance by SSA or DHS for legitimate purposes. W CL c� 13. The Employer acknowledges that the information which it receives through the E -Verify Employer Agent from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information underfalse pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 14. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E -Verify, including by permitting DHS and SSA, upon reasonable c notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E -Verify, and to respond in a timely and M accurate manner to DHS requests for information relating to their participation in E- civ Verify. Q Page & of 151E Verify MOU for Employer (Client) using a E -verify Employer Agent I Revision Date 09101109 www.dhs.gov/E-V6rify Packet Pg. 962 16.A.2.f i Company ID Number: 42603 Client Company ID Number: 565668 D. RESPONSIBILITIES OF FEDERAL CONTRACTORS WITH THE FAR E -VERIFY CLAUSE 1. The Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any existing employee assigned to the contract and all new hires, as discussed in the Supplemental Guide for Federal Contractors. Once an employee has been verified through E -Verify by the Employer, the Employer may not reverify the employee through E -Verify. a. Federal contractors with the FAR E -Verify clause agree to become familiar with and comply with the most recent versions of the E -Verify User Manual for Federal Contractors and the E -Verify Supplemental Guide for Federal Contractors. b. Federal contractors with the FAR E -Verify clause agree to complete a tutorial for Federal contractors with the FAR E -Verify clause. c. Federal contractors with the FAR E -Verify clause not enrolled at the time of contract award: An Employer that is not enrolled in E -Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor with U) the FAR E -Verify clause in E -Verify within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E -Verify to initiate verification of employment eligibility of new hires of the Employer who are working in the United a, States, whether or not assigned to the contract, Once the Employer begins r verifying new hires, such verification of new hires must be initiated within 3 N business days after the date of hire. Once enrolled in E -Verify as a Federal M contractorwith the FAR E -Verify clause, the Employer must initiate verification of r employees assigned to the contract within 90 calendar days from the time of enrollment in the system and them selecting which employees will be verified in o E -Verify or within 30 days of an employee's assignment to the contract, o whichever date is later. a d. Emoloyer.that are already enrolled in E -Verify at the time of a contract award but a� cL are not enrolled in .the system as a Federal contractor with the FAR E -Verify w clause:- Employers enrolled in E -Verify as a Federal contractor for 90 days or more at the time of a contract award must use E -Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. Employers enrolled in E -Verify as other than a Federal CDCD contractor with the FAR E -Verify clause, must update E -Verify to indicate that they are a Federal contractor with the FAR E -Verify clause within 30 days after assignment to the contract. If the Employer is enrolled in E -Verify for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of M enrollment, begin to use E -Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the Q contract. Such verification of new hires must be initiated within 3 business days Page 7 of 151 E -Verify MOU for Employer (Client) using a E -Verify Employer Agent I Re%ision (late ©9/01/09 www.dhs.gov/E-Vi)rkfy. Packet Pg. 963 16.A.2.f Company ID Number: 42803 Client Company ID Number: 565668 after the date of hire. An Employer enrolled as a Federal contractor with the FAR E -Verify clause in E -Verify must initiate verification of each employee assigned to 0 c the contract within 90 calendar days after date of contract award or within 30 = days after assignment to the contract, whichever is later, +; c Institutions of higher education, State, local and tribal governments and sureties: Federal contractors with the FAR E -Verify clause that are institutions of higher a education (as defined at 20 U.S.C. 1001(a)), State or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a c performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors with the FAR E - Verify clause may, however, elect to verify all new hires, and/or all existing m employees hired after November 6, 1986. The provisions of Article 11, part U, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to suchCU institutions of higher education, State, local , tribal governments, and sureties. m Verification of all employees; Upon enrollment, Employers who are Federal contractors with the FAR E -Verify clause may elect to verify employment cM eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only new employees and those to existing employees assigned to a covered Federal contract. After enrollment, di Employers must elect to do so only in the manner designated by DNS and initiate r 2 -Verify verification of all existing employees within 180 days after the election. N M Form 1-9 procedures for existing employees of Federal contractors with the FAR r 77 E -Verify clause: Federal contractors with the FAR E -Verify clause (through their E -Verify Employer Agent) may choose to complete new Forms 1-9 for all existing rn 0 employees other than those that are completely exempt from this process. a Federal contractors with the FAR E -Verify clause may also update previously IL completed Forms 1-9 to initiate E -Verify verification of existing employees who a are not completely exempt as long as that Form 1-9 is complete (including the SSN), complies with Article II.CA, the employee's work authorization has not rn expired, and the Employer has reviewed the information reflected in the Form 1-9 � either in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has not, changed (including, but not limited to, a lawtui permanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to a, determine that the Form 1-9 complies with Article II.C.4, if the employee's basis r for work authorization as attested in section 1 has expired or changed, or if the Form 1-9 contains no SSN or is otherwise incomplete, the Employer shall W t complete a new 1-9 consistent with Article II.C.4, or update the previous 1-9 to provide the necessary information. If section 1 of the Form 1-9 is otherwise valid r and up-to-date and the form otherwise complies with Article II.C.4, but reflects Q documentation (such as a U.S. passport or Form 1-551) that expired subsequent Page 8 of 151 E Verify MOU for Employer (Client) using a &Verify Fmplayer Agent I Revision bate 09/01108 www.d hs.gov/E-Verify Packet Pg. 964 16.A.2.f Company ID Number: 42803 Client Company Ib Number: 566668 to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.C.4, subject to any additional or superseding instructions that may be provided on this subject in the Supplemental Guide for Federal Contractors. Nothing in this section shall be construed to require a second verification using E -Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor with the FAR E -Verify clause. 2. The Employer understands that if it is a Federal contractor with the FAR E -Verify clause, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. E. RESPONSIBILITIES OF THE E -VERIFY EMPLOYER AGENT 1. The E -Verify Employer Agent agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the E -Verify Employer Agent representatives who will be accessing information under E -Verify. 2_ The E -Verify Employer Agent agrees to become familiar with and comply with the E- d� Verify User Manual and provide a copy of the manual to the Employer so that the r Employer can become familiar with and comply with E -Verify policy and procedures. N M 3. The E -Verify Employer Agent agrees that any E -Verify Employer Agent Representative r who will. perform employment verification queries will complete the E -Verify Tutorial before that individual initiates any queries. o a. The E -Verify Employer Agent agrees that all E -Verify Employer Agent a. 0- o representatives will take the refresher tutorials initiated by the F -Verify program a as a condition of continued use of E= -Verify, including any tutorials for Federal Q. contractors if the Employer is a Federal contractor. U b. Failure to complete a refresher tutorial will prevent the E -Verify Employer Agent W and E=mployer from continued use of the program. � 4. The E -Verify Employer Agent agrees to obtain the necessary equipment to utilize E - Verify. 5. The E -Verify Employer Agent agrees to provide the Employer with the notices described CD in Article 11.8.4 above, c 6. The E -Verify Employer Agent agrees to initiate F -Verify procedures on behalf of the m E Employer in accordance with the E -Verify Manual and E -Verify Web -Based Tutorial. U The E -Verify Employer Agent will query the automated system using information r Q provided by the Employer and will immediately communicate the response back to the Employer. If the automated system to be queried is temporarily unavailable, the 3 -day Page 9 or is I E -Verify MOU for Employer (Client) using a E -verify Ernpioyer Agent I Revision Date 09101109 www.dhs.gov/E-Verify Packet Pg. 965 16.A.2.f Company ID Number: 42803 Client Company ID Number: 565668 time period is extended until it is again operational in order to accommodate the E -Verify Employer Agent's attempting, in good faith, to make inquiries on behalf of the Employer during the period of unavailability. In all cases, the E -Verify Employer Agent will use the SSA verification procedures first, and will use DHS verification procedures only as directed by the SSA verification response. 7. The E -Verify Employer Agent agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E -Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the use of E -Verify, and to respond in a timely and accurate manner to DI -1S requests for information relating to their participation in E - Verify, ARTICLE III REFERRAL_ OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation, 2. The Employer will refer employees to SSA field offices only as directed by the N automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer (through the E -Verify Employer Agent), will transmit the Social Security Number to SSA rn for verification again if this review indicates a need to do so, The Employer will o determine whether the employee contests the tentative nonconfirmation as soon as l - possible after the Employer receives it. a 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide y the employee with a system -generated referral letter and instruct the employee to visit an SSA office within 8 Federal Government work days. SSA will electronically transmit the result of the referral to the Employer (through the E -Verify Employer Agent) within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E= -Verify system regularly for case updates. r c 4. The Employer agrees not to ask the employee to obtain a printout from the Social W Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. �g B. REFERRAL TO DHS Page 10 of 16 1 E -Verify MOIL for Employer (Client) using a E -Verify Employer Agent I Revision Date 09101/09 www.d hs.gov1E-Verify r Q Packet Pg. 966 ��F. '� tllillll Company ID Number: 42803 Client Company ID Number: 565668 1, If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non -match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non -match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non -match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toil -free hotline (as found on the referral letter) within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 14 days is necessary. The Employer agrees to check the E -Verify system regularly for case updates. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non -match, the Employer (or the E -Verify Employer Agent) will send a copy of the employee's Form 17.551 or Form 1-766 to DHS for review by: Scanning and uploading the document, or • Sending a photocopy of the document by and express mail account (pain for at employer expense). 7. If the Employer (through the E -Verify Employer Agent) determines that there is a photo non -match when comparing the photocopied List B document described in Article II,CA with the image generated. in .E -Verify, the Employer (through the E -Verify Employer Agent) must forward the employee's documentation to DHS using one of the means described in the preceding paragraph, and allow DHS to resolve the case. . ARTICLE IV SERVICE PROVISIONS Page 11 of 15 l E -Verify MGU for Employer (Client) using a E -Verify Employer Agent I Revision Date 09/01/09 www.dhs.gov/E-Verify r Q Packet Pg. 967 Company ID Number: 42803 Client Company ID Number: 665568 The SSA and DHS will not charge the Employer or the E -Verify Employer Agent for verification services performed under this MOU. DHS is not responsible for providing the equipment needed to make inquiries. A personal computer with Internet access is needed to access the E -Verify System. ARTICLE V PARTIES A. This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E -Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E -Verify program by DHS or SSA, including but not limited to the E -Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E -Verify through the use of mandatory refresher tutorials and updates to the E -Verify User Manual, the E -Verify User Manual for Federal Contractors, or the E -Verify Supplemental Guide for Federal Contractors. Even without changes to E - Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. An. Employer that is a Federal contractor with the FAR E -Verify clause may terminate this MOU when the Federal contract that requires its participation in E -Verify is terminated or completed. In such a circumstance, the Federal contractor with the FAR E -Verify clause must provide written notice to DHS. If an Employer that is a Federal contractor with the FAR E -Verify clause fails to provide such notice, that Employer will remain a participant in the E - Verify program, will remain bound by the terms of this MOU that apply to participants that are not Federal contractors with the FAR E -Verify clause, and will be required to use the E - Verify procedures to verify the employment eligibility of all newly hired employees. 16.A.2.f ca B. Notwithstanding Article V, part A of this MOU, DHS may terminate access to E -Verify if it is o deemed necessary because of the requirements of law or policy, or upon a determination by 0- 0 SSA or DHS that there has been a breach of system integrity or security by the E -Verify a Employer Agent or the Employer, or a failure on the part of either to comply with established procedures or legal requirements. The Employer understands that if it is a Federal Q. M contractor with the FAR EmVerify clause, termination of this MOU by any party for any reason uUi may negatively affect the Employer's performance of its contractual responsibilities. C. Some or all SSA and . DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as .they may determine necessary. By separate agreement with DHS, SSA has agreed to ti a, perform its responsibilities as described in this MOU. D. Nothing in this MOU is intended, or should be construed, to create any right or benefit, c E E substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the E -Verify Employer Agent, the Employer, or r their agents, officers, or employees. Q Page 12 of 15 1 E -Verify MI?U for Employer (client) iL%ing a E-Vefify Employer Agent I Revision Date 991OW9 www.d hs.gov1E-Verify Packet Pg. 968 Company ID Number: 42803 Client Company ID Number: 666668 E. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E -Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the E -Verify Employer Agent or the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the E -Verify Employer Agent or the Employer. F. Participation in E -Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E -Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). G. The foregoing constitutes the full agreement on this subject between DHS, the Employer and the F -Verify Employer Agent. Mainscape, Inc. (Employer) hereby designates and appoints ERC Dataplus, Inc. (E -Verify Employer Agent), including its officers and employees, as the E -Verify Employer Agent for the purpose of carrying out Mainscape, Inc. (Employer) responsibilities under the MOU between the Employer, the E -Verify Employer Agent, and DHS, 16.A.2.f �a N O 0- 0 L a W a c� U N C R r tD t0 ti ' 07 C d E L V R r Page 13 of 151 E -Verify MOU for Employer (Clieni) using a E Verify Employer Agent I Revision Date 09/09109 www.dhs.gov/E-Verify r Q Packet Pg. 969 I_�Sj fSFA 4 tl�lll < Company ID Number: 42803 Client Company ID Number: 565668 The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer, the E -Verify Employer Agent and DHS respectively. If you have any questions, contact E -Verify at 1-888-464-4218. Approved by: Employer Mainscape, Inc. Nantn (Ptense Type or Print) SItgnature E Verify Employer Agent ERC Dataplus, Inc. Date Scott Kunz Name ('leascytae R. Print) rifle Electronically Slq!ted G�f a1 t)12 Signaturo Date Department of Homeland Security — Verification Division Name (Please Type or pririt)� -- n.tur bete Information Required For the E -Verify E Verify Employer Agent Program Information relating to your Company: i= DtYI{3�t01 j�a�rer:��ir�sra�e, ir3c. Page 14 or 15 I E -Verify MOU for Employer (Client) using a E -Verify Employer Agent I Revision tate 09101109 www.dbs.gov/E-Verify 16.A.2.f r Q Packet Pg. 970 Company ID Number: 42803 Client Company ID Number: 565668 Company Facility Address:13418 BrMon Parlt Rd. Fishers, IN 4£0`38 County Or Parish: HAM.I. TON i=mpfoyer Identification Number: 351833580 North American Industry Classification Systems Cude:561 Administratcor- Number of Empluyeas: 500 to 999 Page 15 of 151 E-Verlfy MOU for Employer (Client) using a E -Verify Emptoyer Agent I Revision DateO9101109 www.dhs.gov/E-Verify 16.A.2.f r Q Packet Pg. 971 16.A.2.f Collier County Solidnation 19-7661 CA, Covurty Artmnshatr a Sarvices Da>3rnwa�t moo::, -e. su P.m,+cw Jrnsrn Form 6: Vendor Substitute W —9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General information (. rnvide all information) Taxpayer Name (as shown on income tax return) Business Name Vdi Brent om to ��er noel Address _ t3Y r, Yri„/IL 11_� State YL c ii, S�1 zip Lf & C) 3 '�' Order Information (Must be filled out) Remit /Payment Information (Must be filled out) Address _3 n«e e, rt, Aj%/ Address -1 -3'11 g -5 rt ff" ?,-'j Y— City,_ State L— Zip '' L;; City 55 — State—) Zip -- - :, t � C\ \ _ hmaii t -rte z f,xguvi>c�#L.Lur�i � off, , F.T.W.M11 FIT FUMA.iT iriT.T 71 Proprietor _Tax Exempt (Federal income tax-exempt entity — Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification { /IS T7irroo-nrao 1 Fnlifv r _ r-nrnn"'noo P = F�rrrinnrr{ my 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 95' ) le 335XO (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Underpenalties ofperiurv. I certify that the information shown on this form is correct to my knowledge. Sig JDate Title C Phone Number Packet Pg. 972 Collier County Solicitation 19-7661 Collier County Solicitation 19-7661 INSURANCE AND BONDING RE UIRENTENTS insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory I:imits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements E ;dente of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application fir exemption can be obtained online at htips:'. ahns.fldfs.com'bocexemnt 2. ® Employer's Liability S_1,000,000 single limit per occurrence 3. ® Commercial General BodiI) Injury and Property Damage Liability (Occurrence Form) patterned after the current S 1,000,000 single limit per occurrence,$2.000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/ Vendor in the performance of this Agreement. 5. ® Automobile Liability s1,000,000 Each Occurrence; Bodily Injury Property Damage. Owned/Non-owned/Hired: Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft S Per Occurrence 7. ❑ Bid bond Shall be submitted .with proposal response in the firm of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made pa}able to the Collier County Board of' County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and Payment For projects in excess of $200.000, bonds shall be submitted with the executed Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount. the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to O%vncr; provided, however, the surely shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide. published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. 1'he same Vendor shall provide County with certificates of insw ante meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate fox Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of; the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners. OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number. or Project Number, or specific Project description, or must read: For any and all work pertoxmed on behalf of Collier County, Collier County Solicitation 19-7661 12. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners. 3295 Tamiami Trail East. \aples. YL 34112 13. ® "Thirty (30) Days Cancellation Notice required. 14. Collier Count\ shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to coN er the interests of Collier Count). as \\ell as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 5/24/19 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date ofaward. Nameofl'irm `n$e-w,aG , J'- wc- Date_.%Z3 / Vendor Signature f Print Name rft Br L Insurance Agency / Imo !®r'+ S1 S ! rl Agent Name Telephone Number _ 3/ % - VLN' 52, / COVERAGES CERTIFICATE: NUMBER: 2018-19 IN Master REVISION NLIMRFR THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 71T£t11M,DDfYYYY) �►� oRo® CERTIFICATE OF LIABILITY INSURANCE EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR 09M412018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER - IMPORTANT. If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Kathy Hoyer NAME: McGowan Insurance Group Inc PAHICONE (Sl 7) 464-5000 FAX (317) 454-5001 J. Ext : 355 Indiana Avenue 'MAIL ADDRESS: kathyiloyer@mcgowaninc.com Suite 200 INSURER($) AFFORDING COVERAGE NAIC S Indianapolis IN 46204 INSURER A: The Florists' Mutual Insurance Co 13978 INSURED INSURER B _ Philadelphia Insurance Co. 18058 Mainscape, Inca Mainscape Fishers, LLC INSURERC: 13418 Britton Park Road INSURER D: INSURER E: Fishers IN 46038 INSURER F : COVERAGES CERTIFICATE: NUMBER: 2018-19 IN Master REVISION NLIMRFR 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE AUIJL INSD SUNKI WVD POLICY NUMBER POLI EFF MMIDDNYYY) POLICY Exp JMMfDDfYYYYJ LIMITS X COMMERCIAL GENERAL LIABILITY F CH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR ENT 100,000 PREMISES Ea occurrence $ MED EXP {Any one person) $ 5,000 X Landscape Design E & O Incl X Pesticide included PERSONAL& ADV INJURY $ 1,000,000 A BP13716 10/01/2018 10101/2019 GEN'LAGGREGATE LIMITAPPUES PER: GENERAL AGGREGATE $ 2,000,000 POLICY PRO- JECT MLOC 2,000,000 PRODUCTS -COMP1oP AGG $ Employee Benefits s 1,000,000 OTHER_ AU70M081LELIABILITY COMBINEDSiNGLELIMIT $ 1,000,000 Ea accid.I BODILY INJURY(Per person) 5 ANYAUTO AOWNED Ix SCHEDULED AUTOS ONLY AUTOSPROPERTYDAMAGE FMA00009633 1010112018 10101/2019 BODILY INJURY(Per awident) S Per..idant HIRED NGN-OWN LY AUTOS ONLY AUTOS ONLY Uninsured motorist S 1,000,000 X UMBRELLA LIAR X OCCUR EACH OCCURRENCE S 10.000.000 AGGREGATE $ 10,000,000 A EXCESSLIAB CLAIMS•MAUE EX09712 10/01/2018 10/01/2019 DED RETENTION $ 10,000 X $ A WORKERS COMPENSATION ANDEMPLOYERTLIABILITY YIN ANY PROPRIETORIPARTNEWFXECUTIVE OFFICERIMEMBEREXCLUDED? (Mandatory in NH) NIA WCN3074518 10!0112038 10/01/2013 X PER OTH- STATUTE ER E_L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - FA EMPLOYEE $ 1.000,000 If yes, describe under DESCRIPTION OF OPERATIONS below FL DISEASE - POLICY LIMIT $ 1.000,000 A Leased or rented Equip B Employee Dishonesty BP137161 PHSD1384826 10/01/2018 10/01/2019 Limit ($1,000 Ded) $150,000 Limit $1,000,000 DESCRIPTION OF OPERATIONS r LOCATIONS r VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The following apply when requ}red by written contract, subject to policy terms and conditions: General Liability Additioral insured on a primary and non-contributory basis (including Completed Ops) and Waiver of Subrogation in favor of additional insured per form 1-2031 (07/12); Automobile Liability Additional Insured per form CA2048 (10113) and primary, non-contributory per form CA0449 (11116) and Waiver of Subrogation perform AMA-WOS (12H4). CFRTIFICATF Hn1 nFR CANCELLATION O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 'FOR INFORMATfON PURPOSES ONLY' APPLICABLE TO STATES ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVES O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Collier County Solicitation 19-7661 Form 7: Vendor Submittal— Local Vendor Preference Affidavit (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ® Collier County ® Lee County Vendor affirms that it is a local business as delined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XV of the Collier County Procurement Ordinance: y Local business means the vendor has a current Business `fax Receipt issued by the Collier County 'fax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a pennancnt physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct ol'such business. A Post Office Box or a facility that receives mail. or a non -permanent structure such as a construction trailer. storage shed, or other non- pennanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include. but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base. and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance -,t ith the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ®Collier County or ❑ Lee County: 2006 NumberofEmployces (including Owner(s) or Corporate Officers): 903 Number of Employees Living in ® Collier County or ❑ Lee (Including Owncr(s) or Corporate Officers):_] 25 If requested by the County. vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Mainsca e, INC. Date: 9/20/2019 Address in Collier or Lee County: 3080 Ravenna Ave., Naples, FL 34120 SienatuE/� Title: Account Executive Collier County lA LOCAL VENDOR PREFERENCE (LVP) Solicitation 19-7661 1.1 The County is using the Competitive Scaled Bid methodology of source selection for this procurement. as authorized by Ordinance Number 2017-08 establishing and adopting the Collier County Procurement Ordinance. 1.2 Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staftoperates and perlorms business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail. or a non -permanent structure such as a construction trailer. storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to. the retention and expansion of employment opportunities. support and increase to the County's tax base. and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time ol'submitting their bid or proposal to be eligible f'or consideration as a "local business" under this section. A vendor who misrepresents the Local Pretcrence status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. 1.3 Under this solicitation. bidders desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law. or any other funding source, mandates to the contrary. Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. 1.4 Competitive bid (local price inalch option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive. non -local business submits the lowest price bid. and the bid submitted by one or more qualified and responsive local businesses is within ten percent of the price submitted by the non -local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (I) dollar, offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non -local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next. the Procurement Services Division shall determine if the lowest local bidder meets the requirements of Fla. Stat. Sec.287.087 (Preferences to businesses with drug-free workplace programs). If the lowest local bidder meets the requirements of I-Ia. Stat. Sec. 287.087, the Procurement Services Division shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within live (5) business days thereafter. If' the lowest local bidder submits an offer that fully matches the lowest bid, less one ( I ) dollar, fro m the lowest non -local bidder tendered previously, then award shall be made to the local bidder. It' the lowest local bidder declines or is unable to match the lowest non -local bid pricc(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.687, and the lowest non -local bidder does, award will be made to the bidder that meets the requirements of the reference state law. 1.5 Bidder must complete and submit with their bid response the Affidavit for C/aiming Status crs a /.Deal Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. 1.6 A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. 1.7 The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of; and responsiveness to solicitation requirements. Collier County Solicitation #19-7661 Irrigation Experience: While Mainscape does not have specific experience with Motorola ICS, our team is familiar with the system and has vast experience with other site control systems. Toro SitePro- 3 years in Solivita- Kissimmee FL- responsible for all aspects of programming — initiated a reprogramming event to properly build the flow trees for proper operation after many years of incorrect information being recorded. Rainbird Site Control- 4 years- South Shore Falls- Riverview FL- responsible for all aspects of programming and managing the system Rainbird Site Control- 4 years- First Baptist Church- Naples FL- took system that was not being operated properly and brought it online and installed correct map in Site Control for valve locations Toro Sitepro- 7 years- Gateway CDD -Ft. Myers FL- current contact that was SitePro and is in the process of a Baseline 3200 Basemanager system being facilitated by Mainscape. Toro Sentinel- 3 years and counting- Riverstone- Naples FL -current contract that we are responsible for all programming water management Rainbird Site Control- Cumulus- Vanderbilt Country Club- Naples FL- golf course gave Mainscape old golf system and Mainscape has managed this system for the past 2.5 year. This is an old system that is constantly needing repair of communication wire path and satellites. Baseline Basemanager- 6 years and counting- Heritage Oak Park- Port Charlotte FL- Mainscape installed a Baseline 3200 Basemanager control system with flow sensors and soil moistures and have been managing this system for the past 6 years. Maintenance Experience: Mainscape has been operating in commercial landscape since 1985. Our clients range from Eli Lilly to Fort Hood in Texas. We currently operate on multiple military bases and pharmaceutical manufacturers, which requires the utmost in safety management. Currently, our largest local governmental client is Gateway CDD in Fort Myers. Servicing this client for over 10 years, Mainscape has maintained their ROWs, provided landscape installation services and improved the irrigation systems efficiency and effectiveness. References: Customer Agency Name: Gateway CDD/Stoneybrook CDD Contact Name: Elle Harris Title: Manager Phone Number: 239.898.6312 Contract Length: 10 years value: $ 800,000/$100,000 Type: Community Development District Customer Agency Name: Workspace Contact Name: Lori Hardin Title: General Manager Phone Number: 813,889.3713 Contract Length: 9 years Value: $250,000 Type: Commercial Portfolio Customer Agency Name: Winn Residential Military Housing Services Contact Name: Martin McNeil Title: Vice President Facilities Phone Number: 515.447.1340 Value: $15.7 million Type: Military/Government Customer Agency Name: Eli Lilly & Co. Contact Name: Rich Garrison Title: Supplier Relationship Manager Phone Number: 800.545.5979 Contract Length: 5 years Value: $3 Million Type: Commereiai Campus Collier County Solicitation #19-7661 Mainscape is able to acquire certification(s) in international Society of Arborists prior to award. Employee training is currently underway and/or employee will be on boarded with appropriate certification and experience. Brandon Whaley 9/24/19 Account Executive `,J%%11ll111111 SEAL Jan. 23,1985 AND IANP �1111e11t O 49142 MAINSCAPE INC�� monthly cost of equipment FYE: 12/31/2019 Mth: 3131/2019 d Date t Asset Truck # Property Description Acquired Memo 1 Location: Naples east 1265 406 hunt bo 07 Chevy 2500 125975 12/01/09 1GCHC29U97E125975 1514 502 2010 GMC SIERRA 267763 7/23/10 1GT5CZBG2AZ267763 1885 538 2011 GMC SIERRA3500 240112 6/30/11 1GD412CG5BF240112 1887 533 2011 GMC SIERRA2500 138426 6/30/11 1GT11ZCGOBF138426 1639 nat city bo ingersol rand lander 12151 12/07/10 2196 JD GATOR 1M04X2SJLCM080503 11/03/12 2207 AVE MARIA GAS TANK 12/01/12 2316 exmark turf tracer 36" 313629077 4/01/13 2568 jd gator 1M0550FBCCM013423 10/09/13 2665 112-14 EXMARK 60" 314608867 1/24/14 2705 jd propane mowers 1TC652RKTDT010, 3/20/14 2990 52" JD 1TC652RKCFT035007 3/31/15 2993 52" JD 1TC652RKVFT035016 3/31/15 2994 52" JD 1TC652RKVDT020190 3/31/15 2996 61" JD 1TC661RMJDT020020 3/31/15 3129 walk behind cage 1176066 9/14/15 3130 walk behind cage 1175963 9/14/15 3137 ave maria CCTV system 10/01/15 3216 belt grinder 12/15/15 3344 13 HP BLOWER 100515259 7/06/16 3599 61" BOBCAT 91261000617 6/06/17 3763 vantage 52"402330435 6/12/18 propane 3909 36" WRIGHT STANDER 109841YA 2/20/19 3910 72" WRIGHT STANDER 113741RS 2/20/19 1304 M&I 08 CARGO 24' TRAILER 024611 3/16/10 4D6EB24278AO24611 2107 M102 EXPRESS 24' TRAILER 000303 8/01/12 5GLBE2429CC000303 2873 24'TRAILER 000309 5/15/14 5GLBE2426ECO00309 3641 2017 BIG TEX 5075040 7/11/17 16VDX1429H5075040 3933 6X12 UTILITY TRAILER 1037605 3/01/19 57BAG6121K1037605 Location: Naples north 1276 443 M&I 2009 GMC Sierra 150 155776 1/29/10 1GTEC19029ZIS5776 1814 520 2011 GMC SIERRA 3500 197537 4/01/11 1GD412CG7BF197537 2067 555 2012 GMC SIERRA 3500 252186 6/01/12 1GD412CG6BF252186 2068 554 2012 GMC SIERRA 2500 194948 6/01/12 1GT11ZCGOCF194948 2391 1327 2013 CHEVY SILV 194737 5/01/13 1GCICVCG3DF194737 2416 1350 2013 cehvy 3500 151782 5/15/13 1GD412CG6DF151782 2440 1337 2013 GMC SIERRA 24232 7/01/13 1GD312CG3DF224232 2443 1336 2013 GMC SIERRA 113458 7/01/13 1GD412CG5DF113458 2577 89 2006 CHEVY SILVERADO 287270 10/15/13 1GCEC14Z36Z287270 2579 1410 2014 GMC SIERRA 3500 141718 10/15/13 IGD412CGOEF141718 2583 14-15 2014 GMC SIERRA 3500 159091 11/01/13 1GT412CGOEF159091 2916 14-51 2006 CHEVY 1500 279695 6/23/14 1GCEC14VX6Z279695 2927 14-58 2006 CHEVY 1500 64985 7/24/14 1GCEC19T56E164985 2433 tower rd fence 6/25/13 2657 EXMARK 36" 314601491 1/17/14 2678 JD GATOR 1M0550FBKCM020179 2/15/14 2704 jd propane mowers 1TC652RKLDT0101 3/20/14 2707 jd propane mowers 1TC652RKKDTOIO 3/20/14 2714 EMARK 314616379 3/06/14 2715 EMARK 314616380 3/06/14 2717 EMARK 314608871 3/06/14 2723 jd mower 160624 3/21/14 2869 trac vac system 5/01/14 2876 EXMARK 60; 314616391 5/29/14 PROPANE 2995 61" JD 1TC661RMHDT020011 3/31/15 3135 walk behind cage 10/01/15 3136 bonita CCTVsystem 10/01/15 3183 JD 61" 1TC661RMKFT035165 10/05/15 3317 JD 61" 1TC661RMCGTO40080 5/18/16 3328 JD 61" 1TC661RMAGTO40129 6/01/16 3363 20 gal air corepressor 8/26/16 3572 engine for 1TC652RKKDT010660 FX7. 5/08/17 3585 VANTAGE 60 400861678 5/25/17 3710 36" bobcat 91236000338 4/03/18 3711 36" bobcat 91236000583 4/03/18 3718 exmark 52" 402330433 4/10/18 propane 3719 exmark 52" 402959667 4/10/18 propane 3720 exmark 52" 402959668 4/10/18 propane 3721 exmark 52" 402959664 4/10/18 propane 3912 STARIS 60" 404507393 2/20/19 589 M37 2005 QUALIFIER TRAILER #51615 12/31/05 5NHULFZ255NO51615 737 LM21 2005 cargo mate 51437 4/01/07 5NHUCM6265NO51437 1992 2012 cargo mate 16995 2/24/12 5NHULFV20CU216995 2376 express trailer 24' 5/31/13 2377 utility trailer 16' 1018412 5/07/13 57BWG7163D1018412 2610 M112 2014 22' EXPRESS 00007 11/01/13 SGLBE222SECO00007 3034 express 24 trailer 000169 4/01/15 5GLBE2423FC000169 Location: Naples south 1160 440 2009 isuzu 14 dump 800009 8/10/09 4KLC4J1N59J800009 1353 452 M&I 10 GMC SIERRA 227879 4/01/10 1GT5CZBG8AZ227879 1374 453 huntington 2010 GMC sierra 198798 4/29/10 1GTPCTEX2AZ198798 1386 448 huntington 2010 GMC sierra 189762 4/01/10 1gt5czbg4az189762 1574 511 09 ISUZU DUMP 801366 10/29/10 4KLC4J1N19J801366 1886 535 2011 GMC SIERRA3500 225529 6/30/11 1GD412CG7BF225529 2054 543 2012 CHEVY 3500 155442 4/01/12 1GB4CZCGXCF155442 3508 1705 2017 CHEVY SILVERADO 31369 4/01/17 1GCICUEG8HF131369 920 jd gator 42030225 11/12/08 2084 exmark vantage 36" 312603852 7/06/12 2213 HYDAULIC KIT 2/25/13 2702 jd propane mowers 1TC652RKVDT010 3/20/14 2724 jd mower 160625 3/21/14 2729 jd GATOR IM0550FBEDMO21103 3/21/14 2823 JD MOWER 10019 4/16/14 1TC661RMKDT010019 2877 EXMARK 60; 314616392 5/29/14 PROPANE 2984 52" JD 1TC652RKKET025001 3/31/15 2989 JD XUV 1M0550FBVDMO22438 3/31/15 2997 61" JD 1TC66IRMJDT020003 3/31/15 3124 2015 JD 661R 1TC661RMHDT010546 7/07/15 3151 JD PROPANE Z960 1TC960MCHFT040C 10/01/15 3154 JD PROPANE 652 1TC652RKPFT03541` 10/01/15 3155 JD GATOR 550 1M0550FBHGM05004C 10/01/15 3156 JD GATOR 550 IM0550FBKFMO40209 10/01/15 3347 13HP BLOWER BP0547 7/29/16 3355 jd 636 1TC636MGJFT035482 8/01/16 3356 jd 636 ITC636MGHGTO40187 8/01/16 3357 jd 648 1TC648RAHDT010289 8/01/16 3770 exmark 48" 314614140 6/13/18 propane 3850 STARIS 20.5 404507318 12/31/18 3913 STARIS 60" 404507374 2/20/19 974 M51 2009 CARGO CRAFT TRAILER 24763 3/18/09 4D6EB24288A024763 1182 TR21 Nat City 2Tr21 1999 Express 16' Enclo 11/23/09 1E9ES1628XC103463 1183 TR03 Nat City 2Tr03 1992 Cherokee 18' Flat 11/23/09 12072 1184 TR17 Nat City 2Tr17 1998 Express 16' Encl ( 11/23/09 lE9ES2023WC103258 1483 M50 key 5 bo 07 qualifier N059704 6/01/10 5NHULFZ277NO59704 1641 nat city bo 01 rorye flat bed 56092 12/07/10 1R9PF18221M356092 1642 TR23 nat city bo 05 16' cherokee 003461 12/07/10 4RMES14285F003461 1643 nat city bo 06 16' express 01039 12/07/10 5GLBE16276CO01039 1725 M-72 2011express trailer 000172 3/30/11 5GLBE242OBC000172 1854 2011 EXPRESS 20'000217 5/27/11 SGLBE2427BC000217 2020 2012 TROPIC TR 984762 3/30/12 iT9BU1829CS984762 3110 16ft trailer 1022469 6/23/15 57BSG7166F1022469 3150 TRAILER 22470 10/01/15 57BSG7162F1022470 Location: SFIF 1512 503 1815 518 1884 540 2357 1308 2390 1321 2934 14-56 3039 3586 540 1371 1845 1904 1923 1935 1980 1984 1985 2086 2189 2212 G-78 2236 G-79 2260 2551 2552 2555 2658 2728 2825 2882 2884 2950 2962 2988 3003 3019 3134 3252 3290 3291 3701 3877 3879 3882 2010 GMC SIERRA 262174 2011 GMC SIERRA 2500 137311 2011 GMC SIERRA3500 225902 2013 GMC 250OHD 193408 2013 GMC SIERRA 109713 2015 GMC 3500 153519 2015 GMC 3500 69299 TRANSMISSION TRUCK 540 HUNTINGTON JD GATOR 51870 VORTEX TR 2011 Z -MAX ZM-2011-230 Z -SPRAY JR JR36-2011-071 2011 JD GATOR M061848 2012 z max ZM-2012-020 50 GAL SPRAYER 000172 100 GAL SPRAYER 000130 hurrican blo-vat 0912710 fork lift ZN433535 JD is gator 080783 JOHN DEERE GATOR 80782 zmax zm-2013-117 Z MAX ZM-2014-003 Z MAX ZM-2014-005 YALE GLC040 FORK LIFT N433535 ZMAX ZM2014-147 id GATOR 1M04X2SJLEM090614 VORTEX SPREADER ZMAX ZM-2014-410 ZSPRAY JR ZJ36-2014-156 vortex TR ttruck 441 aluminum bed JD GATOR 1M04X2SJHEM092431 JD GATOR 1M04X2SJPEM092242 30 gal z spray Z55260-2015-284 z -max Z55260-2015-592 aerator 316629276 ZMAX ZS5260-2016-356 ZMAX ZS5260-2016-404 20' CONTAINER W0640936 ZMAX REFURB ZM2014-003 ZMAX REFURB ZM2016-404 aerator 403384466 7/23/10 4/01/11 6/30/11 3/21/13 5/01/13 9/01/14 4/01/15 5/02/17 4/01/10 4/30/11 7/30/11 8/22/11 9/28/11 1/23/12 2/07/12 2/01/12 7/01/12 11/05/12 2/08/13 3/01/13 3/25/13 10/15/13 10/15/13 10/01/13 1/08/14 3/21/14 4/02/14 5/01/14 5/01/14 2/24/15 3/04/15 3/31/15 3/31/15 4/08/15 10/12/15 3/07/16 4/30/16 4/30/16 4/04/18 1/31/19 1/31/19 2/06/19 1GT5CZBG2AZ262174 1GT21ZCG7BZ137311 1G D412CG3BF225902 1GT21ZCGlDZ193408 1GD312CG3DF109713 1GD411CG5FF153519 1G D411CG4FF569299 M04X2XD051870 1M04X2SJVBM061848 GZYL84CO00130 1M04X2SJ PCM080783 1M04X2SJTCM080782 Model #:GC040ADJUAV085 bed care 3890 JD GATOR 1M04X2XDEKM141160 2/18/19 3893 LESCO 50GAL SPRAY 14358-081879 2/15/19 3934 Z SPRAY Z MAX 404866373 3/18/19 3935 Z SPRAY Z MAX 404866374 3/18/19 1298 M&I 10 express trailer C000174 3/19/10 1995 M78 2012 cargo mate 16997 2/29/12 2106 EXPRESS 22' TRAILER 000304 8/01/12 2859 M120 24' TRAILER 000237 4/04/14 3036 express 24 trailer 000171 4/01/15 3037 express 24 trailer 000172 4/01/15 Location• SF1 1179 441 2009 GMC Sierra 150 210570 10/12/09 1277 444 MW 2008 GMC SIERRA 172043 1/29/10 1346 445 M&I 10 GMC SIERRA 175706 3/01/10 1348 446 M&I 10 GMC SAVANA CARGO VAN 12' 3/01/10 1543 456 2010 GMC sierra 31823 8/30/10 1573 510 10 GMC SIERRA 188677 10/29/10 1614 429 hunt bo 07 Chevy silv 65640 11/29/10 1659 512 2011 GMC canyon 111463 1/26/11 1822 522 2011 GMC SIERRA 1500 169449 4/01/11 1888 534 2011 GMC CANYON 134689 6/30/11 1890 536 2011 GMC CANYON 109475 6/30/11 1903 528 2011 gmc canyon 115811 6/01/11 2584 1418 2014 GMC SAVANA VAN 100618 11/01/13 2585 1417 2014 GMC SAVANA VAN 101005 11/01/13 2832 14-34 2014 GMC SAVANNA 37035 4/01/14 2833 14-33 2014 GMC SAVANNA 144150 4/01/14 3070 15-09 2014chevy express 03694 5/01/15 3071 15-10 2014 Chevy express 64541 5/01/15 3096 15-17 2014 CHEVY EXPRESS 109503 6/01/15 3170 15-34 2015 CHEVY EXPRESS 40905 11/01/15 3256 16-09 2016 GMC CARGO VAN 217988 4/08/16 3258 16-07 2015 GMC SIERRA 1500 109935 4/11/16 2063 GPS tracking system 5/10/12 2194 JD GATOR 1M04X2S1CCM080531 11/03/12 2195 JD GATOR 1M04X2SJJCM080530 11/03/12 2530 g-81 1999 suzuki db52t-132211 10/01/13 2532 g-83 2000 suzuki db52t-231551 10/01/13 2956 trencher 1VR9071R3d1001575 3/01/15 2961 aluminum topper for truck 3/03/15 3000 1D GATOR 1M04X2SJEEM092432 3/31/15 3002 JD GATOR 1M04X2SJPEM092340 3/31/15 3057 1999 mitsubishi 1272 4/30/15 5GLBE2426AC000174 5NHULFV24CU216997 SGLBE2023CC000304 5GLBE2427ECO00237 SGLBE2421FC000171 SGLBE2026FC000172 1GTEC14XO9Z210570 1G DJC34618E172043 1GTSCTEX7AZ175706 1GTU GADX2A1127323 1GTPCTEXXAZ231823 1GTSCTEX3AZ188677 1GCHC29U27E165640 1GTC5LF99B8111463 1GTR1TEX8BZ169449 1GTC5LF97B8134689 1GTC5LF96B8109475 1GTE5LF93B8115811 1GTW7FCA6E1100618 1GTW7FCAOE1101005 1GTW7FCA2E1137035 1GTW7FCA4E1144150 IGCWGFFAXE1103694 IGCWGFFA4E1164541 1GCWGFFA7E1109503 1GCWGFCFOF1240905 1GTW7AFF3G 1217988 3GTP1VEC6FG109935 3065 JD GATOR 1M04X2XDLFM101633 4/30/15 1GBE4C1294F511760 3293 tool box for unit 16-07 4/18/16 1GCHC29K67E517391 3298 BED LINER 5/03/16 1GCHC29D06E250510 3323 irrigation van shelving 5/04/16 1GD412CG7BF156471 3668 20' storage container 9/29/17 1GT21ZCGOBZ137490 3702 20' CONTAINER W3194222000002045 4/05/18 1GD412CGODF113853 3716 trench box 4/15/18 1GD412CG6EF139682 3736 truck 444 IRRIGATION TRUCK BED 4/25/18 3744 truck 444 pipe rack 5/16/18 3861 JD TX GATOR 1M04X2XDJKM140856 1/15/19 3880 2019 vermeer vibratory plow 4815000 2/07/19 3881 20' storage connex 2/04/19 3889 JD GATOR 1M04X2XDCKM140678 2/08/19 3916 FUJI PORTAFLOW N8J1187T 2/26/19 2607 FB54 2014 UTILITY TRAILER 19745 11/01/13 57BAG6129E1019745 3035 express 24 trailer 000170 4/01/15 5GLBE2022FC000170 3104 12' TRAILER 23116 6/15/15 57BAGE614F1023116 3883 20' titl deck 070287 2/01/19 16VFX2020K2070287 Location: SOUTH FLORIDA INSTALL 528 92 5/3 04 Chev Trk 11760 6/01/04 1GBE4C1294F511760 804 439 or 904 07 chevy 2500 517391 7/01/07 1GCHC29K67E517391 1086 17-1 hunt b.o. Chevy Ext Cab Silverado LT1 6/22/09 1GCHC29D06E250510 1692 515 2011 GMC sierra 156471 3/01/11 1GD412CG7BF156471 1816 519 2011 GMC SIERRA 2500 137490 4/01/11 1GT21ZCGOBZ137490 2393 1324 2013 GMC SIERRA 113853 5/01/13 1GD412CGODF113853 2589 1413 2014 GMC SIERRA 3500 139682 11/01/13 1GD412CG6EF139682 1637 nat city bo JD swinger articu loader 15 12/07/10 2522 dyna digger 9/23/13 2766 KUBOTA WHEEL LOADER 21280 3/17/14 2949 kubota wheel loader 21849 2/10/15 3043 root rake skidsteer 4/20/15 3087 sod cutter 5/27/15 3221 dump body bed jch12115 12/01/15 3250 sod cutter 54495405465 3/15/16 3800 HITAHCI LOADER ZW50-015230 9/28/18 1021 18' EQUIP TRAILER 18150 5/07/09 4Y3UC18208S018150 1125 D-1 nat city b.o. 2006 Lippert 5764 7/22/09 5GODU122X5Y005764 1260 hunt bo 07 PJ Dump Trailer 90270 12/01/09 4PSD6122671090270 1389 TRM55 huntington 24' trailer 000195 4/01/10 SGLBE2423AC000195 1479 M49 key 5 bo 07 qualifier N059703 6/01/10 5NHULFZ257NO59703 3799 big tex dump trailer 50454 9/28/18 16VDX1426K3050454 3903 2019 BIG TEX DUMP TR 91997 2/21/19 16VDX1427K3091997 3904 2019 DIAMOND C 210015 2/21/19 46UFU2426K1210015 2019 FOREIGN PROFIT CORPORATION ANNUAL REPORT DOCUMENT# F05000007055 Entity Name: MAINSCAPE, INC. Current Principal Place of Business: 43418 BRITTON PARK ROAD FISHERS, IN 46038 Current Mailing Address: 13418 BRITTON PARK ROAD FISHERS, IN 46038 FEI Number: 35-1633580 Name and Address of Current Registered Agent: GARNER, LOREN 3080 RAVENNA AVENUF NAPLES, FL 34120 US FILED Jun 13, 2019 Secretary of State 3810936112CC Certificate of Status Desired. No The above named entity submits Misstatement for the purpose of changing its registered office or registered agent, or bath, in the State of Florida. SIGNATURE: LOREN GARNER 06/13/2019 Electronic Signature of Registered Agent Date Officer/Director Detail : Title P Name FORSYTHE,MARK Address 13418 BRITTON PARK ROAD City -State -Zip: FISHERS IN 46038 Title CFO Name TORRANCE, BRUCE Address 13418 BRITTON PARK ROAD City -State -Zip: FISHERS IN 46038 i hereby certify that the information mdicaled on this report or supplemenfal report is true and accurate and that my electronic signature shell have the same legal effect as if made under oath: that f am an officer or director of the corporation or the receiveror trustee empowered to execute this report as required by Chapter 607, Florida Statutes, and that my name appears above, or on an attachment with an other like empowered. SIGNATURE: BRUCE H TORRANCE CFO 06/13/2019 Electronic Signature of Signing Officer/Director Detail Date COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUM13ER: 142040 COLLIER COUNTY TAX COLLECTOR- 2860 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104.(239) 252-2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2020 LOCATION: 3080 RAVENNA AVE ZONED: COMM -AGR BUSINESS PHONE, 239-597.8138 STATE OR COUNTY UC X 036470-0296 41-50 EMPLOYEES NO FERTILIZING CLASSIFICATION: LANDSCAPING RESTR CLASSIFICATION CODE: 02102WI ti AL FOR -- Corporal n� . .fir i 6OR 4P 40, ,Y This document is a business tax only. This is not cerfftication that k -en It does not permit the licensee to violate any existing regulatory zoning i3ft nor does R exempt the licensee from any other taxes oT permits that may be DISPLAY AT PLACE OF BUSINESS FOR PUBLIC WSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. MAINSCAPE, INC LOREN L. `ENNA AVE FL 34120 -THIS TAX IS NON -REFUNDABLE - DATE 08/1512019 AMOUNT 110.40 RECEIPT VNMN-20-00092025 r COLLIER COUNTY CERTIFICATE OF COMPETENCY CERTIFICATION INFORMATION C36470 Certification Information Collier County Board of County Commissioners DBA: MAINSCAPE, INC ADDRESS: 3080 RAVENNA AVE NAPLES, FL 34120 PHONE: 2392299940 CELL: - FAX: LICENSEE NBR: C36470 INSURANCE: Worker's Compensation October 01, 2019 General Liability October 01.. 2019 Date: March 19, 2019 QUALIFIER: GARNER, LOREN L. TYPE: LANDSCAPING RESTRICTED CONTR. CLASS CODE: 4235 ISSUANCE NBR: 201200000296 ORIG ISSD: March 19, 2019 EXPIRATION: September 30, 2019 NOTE: It is the Qualifier's responsibility to keep all business, licensing and requirements current and to provide up to date copies for Collier county files. This includes all insurance certificates and any change of address information. Collier County * City of Marco * City of Naples Contractor Licensing LAMP$LAPING RESTRICTED CONTR. Cert Nbr:Exp: Status: C3647ffg9/3e/20Y9_Active MAiNSCAAE; ZOIC GARNER,-LOREN L. 3080 -RAVEN A AVE'. NAPLES.;., FE .341-20;_-:1., Signed: Ron DeSantis, Governor STATE OF FLORIDA Halsey Beshears, Secretary dbpr DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE IRRIGATION SPECIALTY CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES GODDARD, GREGORY MARSHALL MAINSCAPE, INC. 13418 BRITTON PARK RD FISHERS IN 46038 ,u- LICENSE NUMBER SCC131152140 EXPIRATION DAT€: AUGUST 31, 2020 Always verify licenses online at MyFlorida License. com D;x'-�-F r Do not alter this document in any form. M +'�mr'= This is your license. It is unlawful for anyone other than the licensee to use this document. h; -pu� •-� Collier CountV Solicitation #19-7661 Pesticide Employee Identification Card for non -certified employees OR a listing of employees' names and their issued ID card numbers that will perform pest control for a licensed company. Each ID card must be an employee of the licensed company and work under the direct supervision of the certified operator in charge. Chapter, 482.091 F.S. Lawn Nutrient Team Marcelino Guzman- LF281685 Exp 2/15/2023 Carlos Vasquez- LF280256 Exp 1/7/2023 Victor Sanchez- LF279909 Exp 12/18/2022 Pedro Mata- LF257225 Exp 3/27/2021 Tree & Shrub Nutrient Team Hugo Sanchez- LF239643 Exp 11/17/2019 Andres Guzman- LF257224 Exp 3/27/2021 IPM Team Members Jeffery Davis-Olander- JE269866 Exp 12/31/2019 Christian Buckle- JE172554 Exp 12/31/2019 Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. LF279147 Green Industries, Best Management Practices, Certificate (or must be obtained within 6 months) FP13-1544-BOS Staff Instructor: Robert B. Whaley GV28130-1 STATE OF FLORIDA otpartment of %faritufture anb t notmer ocriluet BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expim July 5, 2019 JF172679 Juue 1, 2020 THE CERTIFIED PEST CONTROL OPERATOR NA1 AID BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 492 FOR THE PERIOD MIRING; June 1, 2020 JAY RICHARD ARTRURS Lawn snd Ornamcblel 1407 R009MLT AVE LFRIGII ACRES, FL 33972 NICOL9"N[KKi" FIEWD. COMMISS[ONER STATE OF FLORIDA AgArttnent of S(gricuCture 1Tnb canounter 6erbire5 BUREAU OF LICENSING AND ENFOIRCEIIIENT Dale File NO. Expires November 28, 2018 JB147S35 December 31, 2019 THE PEST CONTROL COMPANY FIRM NAMED BBLOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: December 31, 20I9 AT 3080 RAVENNA WAY NAPLES, PL 34120 MAINSCAPE INC Lawn and Ornamental 301Ii]RAVENNA WAY NAPLES, FL 34120 ADAM 11. PU IWAM, COMMISSIONER STATE OF FLORIDA Aepirrtment Of 690cWtIre 411b COl'iftmtr berb(MO BUREAU OF LICEN5ING AND ENFORCirMENT Date File No, Expires December 11, 2018 JE142614 December 31, 7A19 THS ID CARD ITOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER482 FOR THE PERIOD EXPIRING; December 31, 2019 AT MAINSCAPE INC NAPLES, FL 34120 JAY RICHARD ARTHURS Certified Operator MAINSCAPE INC 3080 RAVENNA WAY NAPLES, FL 34120 AgZM�7 fTN�SIONEk STATE OF FLORIDA �etlartntertt of A8rirulture aub (Colloultr j[rrblrtl< BUREAU OF LICF NSING AND ENFORCEMENT MAINSCAPE INC 3080 RAVENNA WAY i*L+ST CONTROL COMPANY FIRM JB147M5 HAS PAID THE FEE REQUi RED BY C14APTER 482 FOR TH E PERIOD. EXPIRING December 31, 2019 G .'�.-.�'�.•w.,. Signature COMMISSI[N76R BUREAU OB LICENSING & ENFORCEMENT 3125 CONNER BLVD, IILDG. 8 YALLAHASSEE, FLORIDA 32399 -IM STATE Ot: FLORIDA ;Deputment of .2grletifture sub Con timer berbicto BUREAU OF LICENMG AND U4 NFORCE, MENT Data Fite No. Expires December 7, 2018 JR142614 December 31, x019 THE II) CARD HOLDER NAMED BELOW HAS REGISTERED CINDER TFM PROVISIONS OF CHAP'T'ER 482 FOR THE PERIOD EXPIRING: Decesmber 3I, 2019 AT MAINSCAPE INC NAPLES, FL 34120 SAY RICHARD ARTHURS Iteg"lar MMNSCAPEINC 3080RAVEWA WAY NAPLES, FL 34120 ADAM H. RUMN[, COM?;k[SSIONIiR •I' ( "w. ; 0 r-.1 4 t3M Fussell D. Nunan Has Completed a Florida Department of Transportation Approved Maintenance of Traffic (MOT) Intermediate 0311212019 Expiration Date hMIS-WE R Course. 153 David Miller FDOT Provider # Instructor Mainscape 13418 Britton Park Rd. Fishers, IN 46038 Fort Myers, FL www.mainscape,com dmiller@mainscape_com 5736 Certificate # FD T For more information about Maintenance of Traffic (MOT) or to verify this www.motadmin.com 0