Loading...
Agenda 05/26/2020 Item #16D 2 (Awarding Contract #20-7724)16.D.2 05/26/2020 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid ("ITB") # 20-7724, "Golden Gate Beautification MSTU Grounds Maintenance," to Mainscape, Inc., as the primary vendor, and A&M Property Maintenance, LLC, as the secondary vendor, and authorize the Chairman to sign the attached agreements. OBJECTIVE: To secure vendors to perform annual grounds maintenance in a fair and competitive manner in accordance with the Procurement Ordinance. CONSIDERATIONS: The Public Transit & Neighborhood Enhancement Division ("PTNE") of the Collier County Public Services Department provides project management and administration of the Golden Gate Beautification Municipal Service Taxing Unit ("MSTU"). A principal responsibility of the MSTU is landscaping the medians on Coronado Parkway, Hunter Boulevard, Sunshine Boulevard, and Tropicana Boulevard. To maintain the condition of these areas, staff solicited for the lowest total price for grounds maintenance services to award a primary and secondary vendor to perform them. The Board approved Agreement # 18-7380 for Golden Gate MSTU Landscape Maintenance services with Green Effex, LLC on September 25, 2018 (Agenda Item #16D5). Subsequently, on September 13, 2019, Green Effex notified the County that it was ceasing doing business effective immediately, thereby ending all services to the County. As part of this Item, staff requests direction to formally terminate Agreement # 18-7380 with Green Effex, LLC as permitted in numbered paragraph 10 of that agreement. Since that time, A & M Property Maintenance, LLC has been providing grounds maintenance services to the County through the issuance of a Purchase Order, following the completion of a competitive Quick Quotes solicitation. On February 18, 2020, the Procurement Services Division released ITB # 20-7724 to 9,865 vendors, interested vendors reviewed sixty (60) bid packages, and the County received six (6) submittals by the March 20, 2020 deadline. Staff reviewed the bids received and deemed Mainscape, Inc., the lowest responsive and responsible bidder, and A&M Property Maintenance, LLC, the second -lowest responsive and responsible bidder. Both bidders were contacted to resolve minor irregularities. Staff recommends awarding ITB # 20-7724 to Mainscape, Inc., as the primary vendor, and A&M Property Maintenance, LLC, as the secondary vendor. Respondents: Company Name City County State Bid Amount Responsive/ Responsible Mainscape, Inc. Naples Collier FL $191,051.88 Yes/Yes A&M Property Maintenance, Ava Maria Collier FL $233,451 Yes/Yes LLC Superior Landscaping & Lawn Fort Myers Lee FL $333,377 Yes/Yes Service, Inc. Ground Zero Landscaping Naples Collier FL $376,772 Yes/Yes Service, Inc. Packet Pg. 527 16.D.2 05/26/2020 Hannula Landscaping and Fort Myers Lee FL $395,371 Yes/Yes Irrigation, Inc. Superb Landscape Services, Naples Collier FL $419,598.14 Yes/Yes Inc. FISCAL IMPACT: The FY20 Fund (153) Budget has $313,310 allocated for Operating Expenses, which includes an allocation to cover normal grounds maintenance and other incidental items. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -DDP RECOMMENDATION: To award ITB #20-7724, "Golden Gate Beautification MSTU Grounds Maintenance," to Mainscape, Inc., as the primary vendor, and A&M Property Maintenance, LLC, as the secondary vendor, authorize the Chairman to sign the attached agreements, and direct staff to formally terminate Agreement #18-7380 with Green Effex, LLC. Prepared By: Dan Schumacher, MSTU Project Manager, Public Transit & Neighborhood Enhancement Division ATTACHMENT(S) 1. [linked] 20-7724 Mainscape_Proposal (PDF) 2.20-7724 A&M _Proposal (PDF) 3.20-7724-NORA & Bid Tabulation-GG (PDF) 4.20-7724 Mainscape_Contract VendorSigned (PDF) 5.20-7724 Mainscape_Insurance_5-5-20 (PDF) 6.20-7724 A&M_Contract VendorSigned (PDF) 7.20-7724 A&M_Insurance 4-30-20 (PDF) 8.20-7724 A&M WC_Insurance 4-30-20 (PDF) 9. 18-7380-Green Effex Agreement (PDF) 10. Green Effex-Cease Services Notification (PDF) 11. 20-7724 Solicitation (PDF) Packet Pg. 528 16.D.2 05/26/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.13.2 Doe ID: 12282 Item Summary: Recommendation to award Invitation to Bid (ITB) #20-7724, "Golden Gate Beautification MSTU Grounds Maintenance," to Mainscape, Inc., as the primary vendor, and A&M Property Maintenance, LLC, as the secondary vendor, and authorize the Chairman to sign the attached agreements. Meeting Date: 05/26/2020 Prepared by: Title: Project Manager — Public Transit & Neighborhood Enhancement Name: Dan Schumacher 05/01/2020 11:11 AM Submitted by: Title: Division Director - Pub Tran & Nbrhd Enh — Public Transit & Neighborhood Enhancement Name: Michelle Arnold 05/01/2020 11:11 AM Approved By: Review: Public Transit & Neighborhood Enhancement Caroline Soto Public Transit & Neighborhood Enhancement Michelle Arnold Operations & Veteran Services Kimberley Grant Level 1 Reviewer Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Procurement Services Sue Zimmerman Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Procurement Services Evelyn Colon Additional Reviewer Community & Human Services Lisa Oien Additional Reviewer Public Services Department Todd Henry Level 1 Division Reviewer County Attorney's Office Derek Perry Additional Reviewer Public Services Department Steve Carnell Level 2 Division Administrator Review County Attorney's Office Scott Teach Level 2 Attorney Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Budget and Management Office Ed Finn Additional Reviewer County Manager's Office Nick Casalanguida Level 4 County Manager Review Additional Reviewer Completed Additional Reviewer Completed Completed 05/05/2020 11:23 AM Completed 05/05/2020 12:47 PM Completed 05/05/2020 1:31 PM Completed 05/06/2020 8:31 AM Completed 05/06/2020 8:50 AM Completed 05/06/2020 10:56 AM Completed 05/07/2020 7:47 AM Completed 05/07/2020 1:08 PM Completed 05/13/2020 8:11 AM Completed 05/13/2020 8:49 AM Completed 05/13/2020 9:10 AM Completed 05/13/2020 11:44 AM Completed 05/13/2020 2:30 PM Completed 05/18/2020 9:27 AM Packet Pg. 529 16.D.2 05/26/2020 Board of County Commissioners MaryJo Brock Meeting Pending 05/26/2020 9:00 AM Packet Pg. 530 Collier C014-nty Administrative Services Department N/AA Procurement Services Division Form 1: Vendor's Non -Response Statement 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 prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this solicitation, please indicate the reason(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 34112. 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.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date Collier CoH.-nty Administrative Services Department Procurement Services Division Form 2: Vendor Check List Updated: October 241h 2019 IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and submit with your Proposal through Bidsync. Vendor should check off each of the following items as the necessary action is completed: ® The Solicitation Submittal has been signed. ® The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. X❑ 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. RI Affidavit for Claiming Status as a Local Business, if applicable. Collier or Lee County Business Tax Receipt MUST be included. ❑X Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - bl p://dos.myflorida.com/sunbiz/. ® Proof of E-Verify (Memorandum of Understanding or Company Profile page) and Immigration Affidavit MUST be included - https://www.e-verify.gov/. ❑ Grant Provisions and Assurances package in its entirety, if applicable. ® Reference Questionnaires MUST be included or you may be deemed non -responsive. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: Address: Mainscape, Inc. 13418 Britton Park Road City, State, Zip: FIshers, IN 46038 Telephone: 407-508-0540 Email: bwhaley@mainscape.com Representative Signature: Representative Name: Brandon Whaley Date 3/19/2020 Collier C014-nty Administrative Services Department Procurement Services Division 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: Mainscape, Inc. Signature and Date: G Print Name: Brandon Whaley Title of Signatory: Account Executive 3/18/2020 AXTS Collier County Administrative Services Department Procurement Services Division Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County 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 18th day of March 2020 in the County of Oceola , in the State of Florida Firm's Legal Name: Mainscape, Inc. Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Signature by: (Typed and written) Title: 13418 Britton Park Road Fishers, IN 46038 F05000007055 35-1633580 317.577.3155 / 407.508.0540 Brandon Whaley Account Executive Additional Contact Information Send payments to: Mainscape, Inc. (required if different from Company name used as payee above) Contact name: Melissa Ebert Title: Accounts Receivable Manager Address: 13418 Britton park Road City, State, ZIP Fishers, IN 46038 Telephone: 317.284.5918 Email: AR@mainscape.com Office servicing Collier County to place orders (required if different from above) Contact name: Eric Lasko Title: Regional Manager Address: 3080 Ravenna Ave. City, State, ZIP Naples, FL 34120 Telephone: 800.481.0096 Email: elasko@mainscape.com COilier C014.nty Administrative Services Department Procurement Services Division 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) 0 Collier County ❑X Lee County Vendor affirms that it is a local business as defined 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: 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 staff operates and performs 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 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 ❑X Collier County or ❑ Lee County: 2006 Number of Employees (Including Owner(s) or Corporate Officers): 903 Number of Employees Living in ® Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): 125 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: Mainscape, Inc. Date: 3/18/2020 Address in Collier or Lee County: 3080 Ravenna Ave., Naples, FL 34120 Signature: Title: Amunt Ei€mfivo 1.0 LOCAL VENDOR PREFERENCE (LVP) 1.1 The County is using the Competitive Sealed 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 staff operates and performs 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 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. 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 match 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 (1) 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. Star. Sec.287.087 (Preferences to businesses with drug -free workplace programs). If the lowest local bidder meets the requirements of Fla. Stat. Sec. 287.087, the Procurement Services Division shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid, less one (1) dollar, fro in the lowest non -local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non -local bid price(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 287.087, 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 Claiming Status as a Local 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. 2019 FOREIGN PROFIT CORPORATION ANNUAL REPORT DOCUMENT# F05000007055 Entity Name: MAINSCAPE, INC. Current Principal Place of Business: 13418 BRITTON PARK ROAD FISHERS, IN 46038 Current Mailing Address: 13418 BRITTON PARK ROAD FISHERS, IN 46038 FEI Number: 35-1633580 Name and Address of Current Registered Agent: GARNER, LOREN 3080 RAVENNA AVENUE NAPLES, FL 34120 US FILED Jun 13, 2019 Secretary of State 3810936112CC Certificate of Status Desired: No The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: LOREN GARNER 06/13/2019 Electronic Signature of Registered Agent 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 Date I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: BRUCE H TORRANCE CFO 06/13/2019 Electronic Signature of Signing Officer/Director Detail Date Collier C014-nty Administrative Services Department Procurement Services Division Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, 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 enrollment in the E-Verify program may deem the Vendor's proposal as non- responsive https://www.e-verify.gov/. 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 Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name Mainscape, Inc. Print Name Brandon Whaley Title Account Executive Signature Date 3/18/2020 SEAL January 23, 1985 �NDIANP E-Verif 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), Mainscape, 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 Reform and Immigrant Responsibility Act of 1906 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as 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 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 Order 12989, as amended. ARTICLE 11 FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 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 authorization of U.S. citizens. 2. SSA agrees to provide the. Employer and E-Verify Employer Agent appropriate assistance with operational problems that may arise during the Employer's participation in E-Verify. SSA agrees to provide the E-Verify Employer Agent with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process - Pagel of 151,E-Verify MOU for Employer (Client) using a E-Verify Employer Agent I Revision Date 09101/09 www.dhs.gov/E-Verify Company ID Number: 42803 Client Company ID Number: 666668 3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of E-Verify or such other persons or 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 OHS'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 nonconfirmations 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 agrees to provide the Employer (through the E-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 MOU; • Automated verification checks on employees by electronic means, and • Photo verification checks (when available) on employees. 2. DHS agrees to provide to the Employer and E-Verify Employer Agent appropriate 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 E-Verify process. 3. DHS agrees to make available to the Employer (through the E-Verify Employer Agent), at the E-Verify Web site and on the E-Verify Web browser, instructional materials on E- Verify policies, procedures and requirements for both SSA and DHS, including : restrictions on the use of E-Verify. DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer (through the E-Verify Employer Agent) a notice, which indicates the Employer's participation in the E-Verify program. DHS also agrees to provide to the Employer (through the E-Verify Employer Agent) anti -discrimination Page 2 of 161 E-Vertfy MOU for Employer.(Oient) using a E-Verify Employer Agent I Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 42803 Client Company ID 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. 5. DHS agrees to issue the E-Verify Employer Agent a user identification number and password that will be used exclusively by the E-Verify Employer Agent, on behalf of the Employer, to verify information provided by employees with DHS's databases. 6. DHS agrees to safeguard the information provided to DHS by the Employer (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the 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 DHS 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, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees .to display the notices supplied by DHS (through the E-Verify Employer Agent) in a. prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. 2. The Employer.agrees to provide to the SSA and DNS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual, The Employer will obtain the E-Verify User Manual from the E-Verify Employer Agent. 4. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: • If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F,R. § 274a.2(b)(1)(B)) can be presented during the Farm 1-9 process to establish Page 3 of 15 { E-Verify MOU for Empioyer.(Client) using a E-Verify Employer Agent I Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 42803 Client Company ID Number: 565668 identity_) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 1--888-464-4218, • If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form I- 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 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 in the future designate other documents that activate the photo screening tool. The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1-9 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 274E of the INA with respect to Form 1-9 procedures, except for the following modified 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 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 faith compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation system. DHS reserves the right to conduct Form 1-9 and E-Verify system compliance inspections during the course of E- Verify, as well as to conduct any other enforcement activity authorized by law. 6. The Employer agrees to initiate E-Verify verification procedures (through the E-Verify 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 as are necessary according to the E-Verify User Manual, or in the case of Federal contractors with the FAR E-Verify clause, the E-Verify User Manual for Federal 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 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 inquiries during the period of unavailability. Employers may initiate verification, through 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 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 to receive the SSN, provided that the Employer (through the E-Verify Employer Agent) performs an E-Verify employment verification query using the employee's SSN as soon as the SSN becomes available. The Employer agrees not to use E-Verify procedures for pre -employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers 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 II.D, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU, The Employer understands that if the Employer uses the E- Verify system for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOU. The Employer (through its E-Verify Employer Agent) agrees to follow appropriate 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 111.8. below) to contact DHS with information necessary to resolve the challenge. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non - match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's 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 assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work, or otherwise mistreating an employee) until and unless secondary verification by SSA 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 ion -match or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final Page 5 of 151 E-Verify MOU for Empioyer (Client) using a E-Verify Employer Agent I Revision Cate 09. 101109 www.dhs.gov/E-Verify 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 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 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 violation of the unfair immigration -related employment practices provisions in section 2748 of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title Vll could subject the Employer to back pay awards, compensatory and punitive damages. Violations of 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 contact OSC at 1-800-265-8155 or 1-800-237-2515 (TDD). 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. 12. The Employer agrees that it will use the information it receives from SSA or DHS (through the E-Verify Employer Agent) pursuant to E-Verify and this MOU only to confirm 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 other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 13. The Employer acknowledges that the information which it receives through the E-Verify Employer Agent from SSA is 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 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 accurate manner to DHS requests for information relating to their participation in E- Verify. Page & of 151E Verify MOU for Employer (Client) using a E-verify Employer Agent I Revision Date 09/01109 www.dhs.gov/E-V6rify f' Company ID Number: 42803 Client Company ID Number: 665668 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 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 States, whether or not assigned to the contract, Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractorwith the FAR E-Verify clause, the Employer must initiate verification of 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 E-Verify or within 30 days of an employee's assignment to the contract, whichever date is later. EmOloyer.that are already enrolled in E-Verify at the time of a contract award but are not enrolled in .the system as a Federal contractor with the FAR E-Verify clause:- Employers enrolled in E-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 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 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 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 09/01/09 www.dhs.gov/E-Vi)rkfy. 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 the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later, Institutions of higher education, State, local and tribal governments and sureties: Federal contractors with the FAR E-Verify clause that are institutions of higher 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 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 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 such institutions of higher education, State, local , tribal governments, and sureties. Verification of all employees; Upon enrollment, Employers who are Federal contractors with the FAR E-Verify clause may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only new employees and those existing employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by DNS and initiate 2-Verify verification of all existing employees within 180 days after the election. Form 1-9 procedures for existing employees of Federal contractors with the FAR 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 employees other than those that are completely exempt from this process. Federal contractors with the FAR E-Verify clause may also update previously completed Forms 1-9 to initiate E-Verify verification of existing employees who are not completely exempt as long as that Form 1-9 is complete (including the SSN), complies with Article II.C.4, the employee's work authorization has not 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 determine that the Form 1-9 complies with Article II.C.4, if the employee's basis 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 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 and up-to-date and the form otherwise complies with Article II.C.4, but reflects 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 09/01109 www.d hs.gov/E-Verify Company ID Number: 42803 Client Company ID 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- Verify User Manual and provide a copy of the manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. 3. The E-Verify Employer Agent agrees that any E-Verify Employer Agent Representative who will . perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. a. The E-Verify Employer Agent agrees that all E-Verify Employer Agent representatives will take the refresher tutorials initiated by the F-Verify program as a -condition of continued use of E-Verify, including any tutorials for Federal contractors if the Employer is a Federal contractor. b. Failure to complete a refresher tutorial will prevent the E-Verify Employer Agent and Employer from continued use of the program. 4. The E-Verify Employer Agent agrees to obtain the necessary equipment to utilize E- Verify. 5. The E-Verify Employer Agent agrees to provide the Employer with the notices described in Article 11.8.4 above. 6. The E-Verify Employer Agent agrees to initiate F-Verify procedures on behalf of the Employer in accordance with the E-Verify Manual and E-Verify Web -Based Tutorial. The E-Verify Employer Agent will query the automated system using information provided by the Employer and will immediately communicate the response back to the Employer. 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 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 Agenfs 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 DHS requests for information relating to their participation in E- Verify. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. 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 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 for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide 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. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO DHS Page 10 of i 5 I E-Verify MOU for Employer (Client) using a E-Verify Employer Agent I Revision Date 09101109 www.d hs.gov1E-Verify 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 17551 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 Company ID Number: 42803 Client Company ID Number: 666668 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. B. Notwithstanding Article V, part A of this MOU, DHS may terminate access to E-Verify if it is deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the E-Verify Employer Agent or the Employer, or a failure on the part of either to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor with the FAR EmVerify clause, termination of this MOU by any party for any reason 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 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, 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 their agents, officers, or employees. Page 12 of 15 1 E-Verify MI?U for Employer (client) LL%ing a E-Vefify Employer Agent I Revision Date 991OW9 www.d hs.gov1E-Verify Company ID Number: 42803 Client Company ID Number: 665668 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, Page 13 of 151 E-Verify MOU for Employer (Clieni) using a E Verify Employer Agent I Revision Date 03/09100 www.dhs.gov/E-Verify 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 (Ptanse Type or PrMO F"Ignature Date E Verify Employer Agent ERC Dataplus, Inc. Scott Kunz Name(Please: rytaeor.Print) t'irle-�..__...._._ Electronically Sicltted- Signaturo Date f� Department of Homeland Security — Verification Division Name (Please Type or Prim[)- -- 51c}natur bete Information Required For the E-Verify E Verify Employer Agent Program Information relating to your Company: Cornpan Narne;Mainsrape, lr3n. Page 14 or 151 E-Verify MOU for Employer (client) using a E-Verify Employer Agent I Revision Date 09101109 www.dbs.gov/E-Verify ..1. iF'r •�� Company ID Number: 42303 Client Company ID Number: 565668 Company Facility Address:13418 Britton Park Rd. Flsherq, IN 460 3S County or Parish: HAMIL ON Emplayer Identification Number: 351633580 North American Industry Classification Systerns Code: Administrator - Number of Ernpl yetis; 600 to 999 Page 16 of 151 E-Verify MOU for Employer (Client) using a E-Verify Employer Agent i Revision Date 09/01/09 www.dbs.gov/E-Verify collier County Administrative Services Deparhnent Procurement Services Division 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 (provide all information) Taxpayer Name Mainscape, Inc. (as shown on income tax return) Business Name (if different from taxpayer name) Address 13418 Britton Park Road State Indiana 317.577.3155 Order Information (Must be filled out) Address 3080 Ravenna Ave. City Fishers Zip 46038 .com Remit / Payment Information (Must be filled out) Address 13418 Britton Park Road City Naples State FL Zip 34120 City Fishers State IN Zip 46038 Email cvolk@mainscape.com 2. Company Status (check only one) Email AR@mainscape.com _Individual / Sole Proprietor _Corporation _Partnership _Tax Exempt (Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) C Enter the tax classification D=DisreL-arded Entity,— Corporation. P=Partnership) 3. Taxpayer Identification Number (for tax reportingpurposes only) Federal Tax Identification Number (TIN) 35-1633580 (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: Under penalties ofneriurv. I certify that the information shown on this form is correct to my knowledge. Signature Date 3/18/2020 Title AAccount Executive Phone Number 407.508.0540 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at hLtps://oj2s.fldfs.com/bocexempt/ 2. ® Employer's Liability $_1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form 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 ContractorNendor 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 ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ® Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ® Pollution $ 1,000,000 per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 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 Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 2/12/20 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Mainscape, Inc. Vendor Signature Print Name Insurance Agency Agent Name Brandon Whaley Date 3/18/2020 The Florists' Mutual Insurance Co. The Florists' Mutual Insurance Co. Kathy Hoyer Telephone Number 317.464.5001 • 17 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) .. 09/20/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Kathy Hoyer NAME: McGowan Insurance Group Inc HONE(317) 464-5000 A X (317) 464-5001 Ext : No): E-MAIL kathvhover(ccilmcoowaninc.com ADDRESS: 355 Indiana Avenue INSURER(S) AFFORDING COVERAGE NAIC # Suite 200 INSURERA: The Florists' Mutual Insurance Co 13978 Indianapolis IN 46204 INSURED INSURER B : Philadelphia Insurance Co. 18058 INSURER C : Mainscape, Inc.; Mainscape Fishers, LLC INSURER D : 13418 Britton Park Road INSURER E : INSURER F: Fishers IN 46038 COVERAGES CERTIFICATE NUMBER: 2019-20 IN 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 INSURANCE ADDLSUBR INSD WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 OCCUR DAMAGE To PREM SES Ea olccErrence $ 100,000 _7CLAIMS-MADE X MED EXP (Any one person) $ 5,000 Landscape Design E & O Ind X Pesticide Included PERSONAL& ADV INJURY $ 1,000,000 A BP13716 10/01/2019 10/01/2020 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY � JECT PRO ❑ LOC PRODUCTS - COMP/OP AGG $ 2,000,000 Employee Benefits $ 1,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANYAUTO A OWNED SCHEDULED AUTOS ONLY AUTOS FMA00009633 10/01/2019 10/01/2020 BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED �/ NON -OWNED AUTOS ONLY /� AUTOS ONLY Uninsured motorist $ 1,000,000 X UMBRELLALIAB OCCUR vV"""""""'y'V """ EACH OCCURRENCE 10,000,000 $ AGGREGATE $ 10,000,000 A EXCESS LIAB CLAIMS -MADE EX09712 10/01/2019 10/01/2020 DED I X1 RETENTION $ 10,000 $ '0` WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) NIA WCN3074518 10/01/2019 10/01/2020 PER STATUTE ERH X1 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 $ Limit ($1,000 Ded) $150,000 • Leased or rented Equip B Employee Dishonesty BP13716 / PHSD1384826 10/01/2019 10/01/2020 Limit $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) The following apply when required by written contract, subject to policy terms and conditions: 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) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 'FOR INFORMATION PURPOSES ONLY' ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 20-7724 Reference Questionnaire for: Mainscape, Inc (Name of Company Requesting Reference Information) Brandon Whaley, Account Executive (Name of Individuals Requesting Reference Information) Name: Lori Ackerman (Evaluator completing reference questionnaire) Email: .com FAX: Company: ECHO Realty (Evaluator's Company completing reference) 813-539-3727 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the frm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Woodland Corporate Center portfolio of commercial buildings Project Budget: $460,000 Completion Date: Ongoing Project Number of Days: 2 days per week Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 20-7724 Reference Questionnaire for: Mainscape, Inc (Name of Company Requesting Reference Information) Brandon Whaley, Account Executive (Name of Individuals Requesting Reference Information) Name:Glen Schorger (Evaluator completing reference questionnaire) Email: glen.schorger@gatewaydistrict.org FAX: Company: Gateway CDD (Evaluator's Company completing reference) Telephone: 239-561- 1313 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Irrigation/Landscaspe Maintenance Completion Date: on going Project Budget: _$800k + Project Number of Days: _5 days per week Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 8 2 Ability to maintain project schedule (complete on -time or early). 8 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 8 5 Professionalism and ability to manage personnel. 9 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 8 7 Ability to verbally communicate and document information clearly and succinctly. 7 8 Abiltity to manage risks and unexpected project circumstances. 7 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 8 10 Overall comfort level with hiring the company in the future (customer satisfaction). 8 TOTAL SCORE OF ALL ITEMS 80 Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 20-7724 Reference Questionnaire for: Mainscape, Inc (Name of Company Requesting Reference Information) Brandon Whaley, Account Executive (Name of Individuals Requesting Reference Information) Name:Marisa Lufkin (Evaluator completing reference questionnaire) Email: FAX: Company:GL Homes (The Ridge & Valencia Del Sol) (Evaluator's Company completing reference) 813-634-8100 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: (2) Master Planned communities Completion Date: ongoing totaling 1131 units plus models and clubhouse Project Budget: (2) projects totaling gpprox $1.8 million Project Number of Days: 365 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10+++ 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 20-7724 Reference Questionnaire for: Mainscape, Inc (Name of Company Requesting Reference Information) Brandon Whaley, Account Executive (Name of Individuals Requesting Reference Information) Name: Jonathan Harrell (Evaluator completing reference questionnaire) Email: ll.com FAX: Company: JLL (Evaluator's Company completing reference) Telephone: 813-774-63 57 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Monthly Landscaping services_ Completion Date Various Project Number of Days on -going annually Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 20-7724 Reference Questionnaire for: Mainscape, Inc (Name of Company Requesting Reference Information) Brandon Whaley, Account Executive (Name of Individuals Requesting Reference Information) Name:Jane Jedlick (Evaluator completing reference questionnaire) Email: FAX: Company: Reflection Isles / Compass Rose Mgmt (Evaluator's Company completing reference) 239-309-0622 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Reflection Isles landscape maintenance Project Budget: +$500,000 annually Completion Date: 2021 Project Number of Days: 365 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 20-7724 Reference Questionnaire for: Mainscape, Inc. (Name of Company Requesting Reference Information) Brandon Whaley, Account Executive (Name of Individuals Requesting Reference Information) Name:Lori Shelquist-Hardin (Evaluator completing reference questionnaire) Email: .com FAX: Company:Workspace Property Trust (Evaluator's Company completing reference) Telephone: 813-889-3713 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Commercial port olio 250k plus Completion Date: ongoing through 2021 Project Number of Days: Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS C;0ker Coulity Administrath a Service Division Purchasing ADDENDUM #1 Memorandum Email: Lisa. Oien(a-)colliercountyfl.gov Telephone: 239-252-8935 Date: (2/20/2020) From: Lisa Oien, Procurement Strategist To: Interested Parties Subject: Addendum #1 — 20-7724 Golden Gate Beautification MSTU Grounds Maintenance This addendum has been issued for the following items identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. 20-7724 Addendum #1 - Add Insurance Requirements • 20-7724 — Insurance Requirements Please acknowledge receipt of this Addendum and include with your bid. (Signature) Mainscape, Inc. (Name of Firm) 3/18/2020 uate If you require additional information, please post a question on BidSync on-line or contact me using the above contact information. Appendix F-Template— Addendum -rev 10-18-18 Cker coulity Administrath a Service Division Purchasing ADDENDUM #2 Memorandum Email: Lisa. Oien(a-)colliercountyfl.gov Telephone: 239-252-8935 Date: (2/26/2020) From: Lisa Oien, Procurement Strategist To: Interested Parties Subject: Addendum #2 — 20-7724 Golden Gate Beautification MSTU Grounds Maintenance This addendum has been issued for the following items identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. 20-7724 Addendum #2 — Last Bid Tabulation and Contract (18-7380) • 20-7724 — Bid Tabulation 18-7380 • 20-7724 — Contract 18-7380 Please acknowledge receipt of this Addendum and include with your bid. (Signature) Mainscape, Inc. (Name of Firm) 3/18/2020 Date If you require additional information, please post a question on BidSync on-line or contact me using the above contact information. Appendix F-Template— Addendum -rev 10-18-18 Collier County Solicitation #20-7724 Irrigation Experience: Mainscape has vast experience with various irrigation control and monitoring systems. Below are some of the many projects we have managed over the years. Maincape prides itself on having more CITs (Certified Irrigation Technicians) on staff than any other maintenance competitor. 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. Mainscape is also pleased to now serve Collier County as a vendor for Roadway Maintenance on Collier Blvd, Immokalee Road and Santa Barbara Blvd. References: uusiomer Agency Name Contact Name: Title: Phone Number: Gateway CDD/Stoneybrook CDD Elle Harris Manager 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: 813.839.3713 Contract Length: 9 years Value: $250,000 Type: Commercial Portfolio Customer Agency Name: Winn Residential Military Housing Services Contact Name: Martin McNeil Title: dice President Facilities Phone Number: 615.447.1340 Value: $16.7 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: $3 Million Type: Commercial Campus COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 112040 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE . NAPLES FLORIDA 34104- (239) 252-2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RFCEIPT EXPIRES SEPTEMBER 30, 2020 LOCATION: 3080 RAVENNA AVE ZONED: COMM-AGR BUSINESS PHONE: 239-597-8136 STATE OR COUNTY LIC #: C36470-0296 41-50 EMPLOYEES NO FERTILIZING CLASSIFICATION: LANDSCAPING RESTR CLASSIFICATION CODE: 02102601 o -r'GAL FORNM% ` Corparat' n �, ei a 4 if T ?CT OMv, This document is a business tax only. This is not certification that Im2�li s auaiifie 61- Avg ' It does not permit the licensee to violate any existing regulatory zoning I& nor does it exempt the licensee from any other taxes or permits that may be DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAM. MAINSCAPE, INC NER, LOREN L. RAVFNNA AVE -ES. FL 34120 -THIS TAX IS NON -REFUNDABLE - PATE 08/15/2019 AMOUNT . 110.00 RECEIPT WWW-20-00092025 COLLIER COUNTY CERTIFICATE OF COMPETENCY CERTIFICATION INFORMATION C36470 Certification Information Collier County Board of County Commissioners DBA: MAINSCAPE, INC ADDRESS: 3080 RAVENNA AVE NAPLES, FL 34120 PHONE: 2392299940 CELL: FAX: LICENSEE NBR: C36470 INSURANCE: Worker's Compensation October 01, 2019 General Liability October 01, 2019 Date: March 19, 2019 QUALIFIER: GARNER, LOREN L. TYPE: LANDSCAPING RESTRICTED CONTR. CLASS CODE: 4236 ISSUANCE NBR: 201200000296 ORIG ISSD: March 19, 2019 EXPIRATION: September 30, 2019 NOTE: It is the Qualifier's responsibility to keep all business, licensing and requirements current and to provide up to date copies for Collier county files. This includes all insurance certificates and any change of address information. Collier County ' City of Marco " City of Naples Contractor Licensing LAH65;6PENG RESTRICTED CONTR. Cert N in -Ezp .._$ta'tus: C36470 ` B9/318F2019 Active MAINSCAPE; INC GARNE.4,- LOREN L.... .. 3889 RAVENNA AVENAPLE-S,FL Signed: Collier County Solicitation #20-7724 Pesticide Employee Identification (-ard for nor-certifiea 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 3/19/2024 Andres Guzman- LF257224 Exp 3/27/2021 IPM Team Members Jeffery Davis-Olander- JE269866 Exp 12/31/2020 Christian Buckle- JE172554 Exp 12/31/2020 Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.3.562, 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 oepadmW at lugricufture attD conumer *erbifco BUREAU OF LICENSM AND ENFORCME NT Elate File No. Expire® July 5, 2019 JF172679 June 1, 2020 THE CERTIFIER PEST CONTROL OPERATOR NAN16 BELOW RAS REGISTERED UNDER TAE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: 3uue 1, 2020 MY RICHARD ARMURS Lawn and Oruarneatal 14m Rt? EWLT AVE LEHIGH ACRES, FL 33972 n+&Ytc1 NICOLE "NiKKY F' ]fi.7, C.'OMMISSIONh'R 8 R Y N L uce 0. V % W Q� R cax a�� � z w �w 0 w h o O Ow UHu ] ac4q o E O P. LlA 7y SO o a "z o C2 tin w yQ PWPyy tR. 6Li z Pi r� 6 ocz° 3x K^Ta o0 idy 0o w� p a N N �ua V a �y � CG W e Qa s w Uzi W a R v Q Ron DeSands, Governor STATE OF FLORIDA Halsey Beshears, Secretary d..bwr 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 sus r , -Tom;, 1 LICENSE NUMBER SCC131152140 i� EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Certificate of Completion JAY ARTH U RS Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Intermediate Course. 01/29/2024 36 1 Michael Chodakowsky Date Expires University of Florida Transportation Institute M,,A, T,,huM v T111il"('1'1 GmWr UN1WRSrrY of a0for)A FDOT Provider # Instructor T2 Centers University of Florida 2100 NE Waldo Road Gainesville, FL 32609 techtransfer. ce. ufl.ed u j.masciocchi@ufl.edu 59685 Certificate # FDOT For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com Equipment Available in Collier County for Projects Proposed 49142 MAINSCAPE, INC monthly cost of equipment FYE: 12/31 /2019 Mth: 3/31 /2020 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 laoder 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 1MO550FBCCM013423 10/09/13 2665 R2-14 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 3/31/1S 2996 61" JD 1TC661RMJDT020020 3/31/1S 3129 walk behind cage 1176066 9/14/1S 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 5GLBE2426EC000309 3641 2017 BIG TEX 5075040 7/11/17 16VDX1429H5075040 3933 6X12 UTILITYTRAILER 1037605 3/01/19 57BAG6121K1037605 Location: Naples north 1276 443 M&I 2009 GMC Sierra 150 155776 1/29/10 1GTEC19029Z155776 1814 520 2011 GMC SIERRA 3500 197537 4/01/11 1GD412CG7BF197537 2067 555 2012 GMC SIERRA 3500 252186 6/01/12 1GD412CG6BF252186 2068 554 2391 1327 2416 1350 2440 1337 2443 1336 2577 89 2579 1410 2583 14-15 2916 14-51 2927 14-58 2433 2657 2678 2704 2707 2714 2715 2717 2723 2869 2876 2995 3135 3136 3183 3317 3328 3363 3572 3585 3710 3711 3718 3719 3720 3721 3912 589 M37 737 LM21 1992 2376 2377 2610 M112 3034 2012 GMC SIERRA 2500 194948 2013 CHEVY SILV 194737 2013cehvy 3500 151782 2013 GMC SIERRA 24232 2013 GMC SIERRA 113458 2006 CHEVY SILVERADO 287270 2014 GMC SIERRA 3500 141718 2014 GMC SIERRA 3500 159091 2006 CHEVY1500 279695 2006 CHEVY 1500 64985 tower rd fence EXMARK 36" 314601491 JD GATOR 1M0550FBKCM020179 jd propane mowers 1TC652RKLDT010i jd propane mowers 1TC652RKKDT010 EMARK 314616379 EMARK 314616380 EMARK 314608871 jd mower 160624 trac vac system EXMARK 60; 314616391 61" JD 1TC661RMHDT020011 walk behind cage bonita CCTVsystem JD 61" 1TC661RMKFT035165 JD 61" 1TC661RMCGTO40080 JD 61" 1TC661RMAGTO40129 20 gal air compressor engine for 1TC652RKKOT010660 FX7: VANTAGE 60 400861678 36" bobcat 91236000338 36" bobcat 91236000583 exmark 52" 402330433 exmark 52" 402959667 exmark 52" 402959669 exmark 52" 402959664 STARIS 60" 404507393 2005 QUALIFIER TRAILER #51615 2005 cargo mate 51437 2012 cargo mate 16995 express trailer 24' utility trailer 16' 1018412 2014 22' EXPRESS 00007 express 24 trailer 000169 6/01/12 IGT11ZCGOCF194948 5/01/13 1GCICVCG3DF194737 5/15/13 1G D412CG6DF151782 7/01/13 1GD312CG3DF224232 7/01/13 1G D412CG5DF113458 10/15/13 1GCEC14Z36Z287270 10/15/13 1G D412CGOEF141718 11/01/13 1GT412CGOEF159091 6/23/14 1GCEC14VX6Z279695 7/24/14 1GCEC19T56E164985 6/25/13 1/17/14 2/15/14 3/20/14 3/20/14 3/06/14 3/06/14 3/06/14 3/21/14 5/01/14 5/29/14 PROPANE 3/31/15 10/01/15 10/01/15 10/05/15 5/18/16 6/01/16 8/26/16 5/08/17 5/25/17 4/03/18 4/03/18 4/10/18 propane 4/10/18 propane 4/10/18 propane 4/10/18 propane 2/20/19 12/31/05 5NHULFZ255NO51615 4/01/07 5NHUCM6265NO51437 2/24/12 5NHULFV20CU216995 5/31/13 5/07/13 57BWG7163DIO18412 11/01/13 5GLBE2228ECO00007 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 gator42030225 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 1M0550FBEDMO21103 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 1TC661RMJDT020003 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 1M0550FBKFMO40209 10/01/15 3347 13HP BLOWER BP0547 7/29/16 3355 jd 636 1TC636MGJFT035482 8/01/16 3356 jd 636 1TC636MGHGTO40187 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 1£9ES1628XC103463 1183 TR03 Nat City 2Tr03 1992 Cherokee 18' Flat 11/23/09 J2072 1184 TR17 Nat City 2Tr17 1998 Express 16' End { 11/23/09 1E9ES2023WC103258 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 5GLBE2427BC000217 2020 2012 TROPICTR 984762 3/30/12 1T9BU1829CS984762 3110 16ft trailer 1022469 6/23/15 57BSG7166F1022469 3150 TRAILER 22470 10/01/15 S713SG7162F1022470 Location: SFF 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 J R J R36-2011-071 2011 JD GATOR M061848 2012 z max ZM-2012-020 50 GAL SPRAYER 000172 100 GAL SPRAYER 000130 hurrican blo-vac 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 jd 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 ZS5260-2015-284 z-max ZS5260-2015-592 aerator316629276 ZMAX ZS5260-2016-356 ZMAX Z55260-2016-404 20' CONTAINER W0640936 ZMAX REFURB ZM2014-003 ZMAX REFURB ZM2016-404 aerator403384466 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 1GT21ZCG1DZ193408 1GD312CG3DF109713 1GD411CG5FF153519 1GD411CG4FF569299 M 04X2XD051870 1M04X2SJVBM061848 GZYL84CO00130 1M04X2SJPCM080783 1M04X2SJTCM080782 Model #:GC040ADJUAV085 bed care Location: SFF 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 J R J R36-2011-071 2011 JD GATOR M061848 2012 z max ZM-2012-020 50 GAL SPRAYER 000172 100 GAL SPRAYER 000130 hurrican blo-vac 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 jd 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 ZS5260-2015-284 z-max ZS5260-2015-592 aerator316629276 ZMAX ZS5260-2016-356 ZMAX Z55260-2016-404 20' CONTAINER W0640936 ZMAX REFURB ZM2014-003 ZMAX REFURB ZM2016-404 aerator403384466 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 1GT21ZCG1DZ193408 1GD312CG3DF109713 1GD411CG5FF153519 1GD411CG4FF569299 M 04X2XD051870 1M04X2SJVBM061848 GZYL84CO00130 1M04X2SJPCM080783 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: SFI 1179 441 2009 GMC Sierra 150 210570 10/12/09 1277 444 M&1 2008 GMC SIERRA 172043 1/29/10 1346 445 M&i 10 GMC SIERRA 175706 3/01/10 1348 446 M&1 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 silt' 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 2014 chevy express03694 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 1M04X2SJCCM080531 11/03/12 2195 JD GATOR 1M04X2SJJC1VI080530 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 JD GATOR 1M04X25JEE1Vl092432 3/31/15 3002 JD GATOR 1M04X2SJPEM092340 3/31/15 3057 1999 mitsubishi 1272 4/30/15 5GLBE2426AC000174 5NHULFV24CU216997 5GLBE2023CCO00304 5GLBE2427ECO00237 5GLBE2421FC000171 5GLBE2026FC000172 1GTEC14XO9Z210570 1G DJC34618E172043 1GTSCTEX7AZ175706 1GTUGADX2A1127323 1GTPCTEXXAZ231823 1GTSCTEX3AZ188677 1GCHC29U27E165640 1GTC5LF99B8111463 1GTR1TEX8BZ169449 1GTC5LF97B8134689 1GTC5LF96B8109475 1GTE5LF93B8115811 1GTW7FCA6E1100618 1GTW7FCAOE1101005 1GTW7FCA2E1137035 1GTW7FCA4E1144150 1GCWGFFAXE1103694 1GCWGFFA4Ell64541 1GCWGFFA7E1109503 1GCWGFCFOF1240905 1GTW7AFF3G1217988 3GTP1VEC6FG109935 3065 JD GATOR 1M04X2XDLFM101633 4/30/15 3293 tool box for unit 16-07 4/18/16 3298 BED LINER 5/03/16 3323 irrigation van shelving 5/04/16 3668 20' storage container 9/29/17 3702 20' CONTAINER W3194222000002045 4/05/18 3716 trench box 4/15/18 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 481500C 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 16VFX202OK2070287 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 1GCHC29DO6E250510 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 cutter54495405465 3/15/16 3800 HITAHCI LOADER ZW50-015230 9/28/18 1021 18' EQUIP TRAILER 18150 5/07/09 4Y3UC182085018150 1125 D-1 nat city b.o. 2006 Lippert 5764 7/22/09 SGODU122X5YO05764 1260 hunt bo 07 PJ Dump Trailer 90270 12/01/09 4P5D6122671090270 1389 TRM55 huntington 24' trailer 000195 4/01/10 5GLBE2423AC000195 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 16.D.2.b ITB # 20-7724 GOLDEN GATE BEAUTIFICATION MSTU GROUNDS MAINTENANCE (SUNSHINE BLVD, TROPICANA BLVD, CORONADO PKWV, HUNTER BLVD) WORK AREAS PER EXHIBIT A ALL LINES MUST BE BID Quantities are approximate for bidding purposes. NOTE: BID LINE ITEMS THAT ARE MATERIALLY LIN-BALANCED MAY BE DEEMED NON -RESPONSIVE. SECTION 1: Improved Medians - Work Area Id EXHIBIT A: Sheet No. 1 & Sheet No. 2 PRICES A. IMPROVED MEDIANS - Not Irrigated Item Description Qtc l MI Unit Price Total 1 18th Ave SW @ 40th Ter SW: Median - Edge only & Items 6, 7 & 8 (Bi-Weekly) 26 Week $ 50.00 $ 1,300.00 2 18th Plc SW @ Sunset Rd: Median - Edge only & Items 6, 7 & 8 (Bi-Weekly) 26 Week $ 50.00 $ 1,300.00 SECTION 1: Sunshine Blvd - Work Area lb EXHIBIT A: Sheet No. 2 B. ROUTINE MAINTENANCE Item Description Qty UOM [nil Price Total 3 Pre -Service Trash & Debris Removal - All Areas (including Items 1 & 2, above) 52 Week $ 100.00 $ 5,200.00 4 Mowing & Edging - Medians 52 Week $ 150.00 $ 7,800.00 5 Mowing & Edging - Side ROW's, (1) Commercial Mower Pass (Bi-Weekly) 26 Week $ 150.00 $ 3,900.00 6 Weeding - Medians - Hand & Chemical 52 Week $ 125.00 $ 6,500.00 7 General Site Trimming & Pruning - Medians (Bi-Weekly) 26 Week $ 300.00 $ 7,800.00 8 Post -Service Cleaning - All Areas 52 Week $ 100.00 $ 5,200.00 C. AREA SPECIFIC PESTICIDES -Contractor supplies all chemicals & application I�rin Ue.crip�iun Qty L0A1 I nh I'rirr Total y Groundcover, Shrubs, & Trees: Insecticides, applied to total roadway and areas as needed per Month 12 Month S 25.00 $ 300.00 10 Groundcover, Shrubs, & Trees: Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 $ 300.00 1 1 Groundcover, Shrubs, & Trees: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 $ 300.00 11 Turf: Insecticides & Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 $ 300.00 12 Turf: Herbicides, applied to total roadway and areas as needed per Month I ' Month $ 25.00 $ 300.00 D. IRRIGATION MAINTENANCE - requires Cell Phone access to WeatherTR4K controller for Wet -Checks Item Description Qty UONI L nil Price Total 13 Irrigation System Inspection & Wet -Check (Bi-Weekly) 26 Week t 250.00 $ 6,500.00 SECTION 2: Tropicana Blvd & PEDESTRIAN SHELTERS -Work Areas le & le (Medians & Side R0%% ) EXHIBIT A: Sheet No. 3 E. ROUTINE MAINTENANCE I n.m Description QI. UOM Unit Prim Total 14 Pre -Service Trash & Debris Removal - All Areas 52 Week $ 100.00 $ 5,200.00 15 Mowing & Edging - Medians 52 Week $ 150.00 $ 7,800.00 11, Mowing & Edging - Side ROW's, (1) Commercial Mower Pass (Bi-Weekly) 26 Week $ 150.00 $ 3,900.00 I - Weeding - Medians - Hand & Chemical 52 Week $ 125.00 $ 6,500.00 18 General Site Trimming & Pruning - Medians (Bi-Weekly) 26 Week $ 300.00 $ 7,800.00 N O N 04 t4 O Q. O L. IL I 2 Q N ti ti O N C cQ G t 0 R Q Page 1 of 6 Packet Pg. 531 16.D.2.b Item Description Qty UOM Unit Prig Total 19 Post -Service Cleaning - All Areas 52 Week $ 100.00 $ 5,200.00 F. AREA SPECIFIC PESTICIDES - Contractor supplies all chemicals & application Item Description Qty UOM Unit Price Total 19 Groundcover, Shrubs, & Trees: Insecticides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 $ 300.00 20 Groundcover, Shrubs, & Trees: Fungicides, applied to total roadway and areas as needed per Month 12 Month S 25.00 $ 300.00 21 Groundcover, Shrubs, & Trees: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 $ 300.00 21 Turf: Insecticides & Fungicides, applied to total roadway and areas as needed per Month 12 Month S 25.00 $ 300.00 22 Turf: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 S 300.00 G. IRRIGATION MAINTENANCE - requires Cell Phone access to WeatherTRAK controller for Wet -Checks Item Description Qty UOM Unit Price Total 23 1 Irrigation System Inspection & Wet -Check (Bi-Weekly) 26 Week $ 250.00 $ 6,500.00 SECTION 3: Coronado Pkwy -Work Area If (Medians & Side ROW) EXHIBIT A: Sheet No. 4 H, ROUTINE MAINTENANCE Item Description Qty UOM Unit Price Total 24 Pre -Service Trash & Debris Removal - All Areas 52 Week $ 125.00 $ 6,500.00 25 Mowing & Edging - Medians 52 Week $ 50.00 S 2,600.00 26 1 Mowing & Edging - Side ROW's, (1) Commercial Mower Pass (Bi-Weekly) 26 Week $ 100.00 $ 2,600.00 27 Weeding - Medians - Hand & Chemical 52 Week $ 125.00 $ 6,500.00 28 General Site Trimming & Pruning - Medians (Bi-Weekly) 26 Week $ 500.00 S 13,000.00 29 Post -Service Cleaning - All Areas 52 Week $ 100.00 $ 5,200.00 L AREA SPECIFIC PESTICIDES- Contractor supplies all chemicals & application Item Description Qty UOM Unit Prim Total 30 Groundcover, Shrubs, & Trees: Insecticides, applied to total roadway and areas as needed per Month 12 Month S 25.00 $ 300.00 31 Groundcover, Shrubs, & Trees: Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 $ 300.00 32 1 Groundcover, Shrubs, & Trees: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 $ 300.00 32 Turf: Insecticides & Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 S 300.00 33 Turf: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 $ 300.00 L IRRIGATION MAINTENANCE- requires Cell Phone access to WeatiherTRAK controller for Wet -Checks Item Description Qty UOM Unit Prim Total 34 Irrigation System Inspection & Wet -Check (Bi-Weekly) 26 Week $ 250.00 $ 6,500.00 SECTION 4: Hunter Blvd - Work Area lg (Medians & Side ROW) EXHIBIT A: Sheet No. 5 K. ROUTINE MAINTENANCE Item Description Qty UOM Unit Price Total 35 Pre -Service Trash & Debris Removal - All Areas 52 Week $ 125.00 $ 6,500.00 36 Mowing & Edging - Medians 52 Week $ 50.00 $ 2,600.00 37 Mowing & Edging - Side ROW's, (1) Commercial Mower Pass (Bi-Weekly) 26 Week S 100.00 S 2,600.00 38 Weeding - Medians - Hand & Chemical 52 Week $ 125.00 S 6,500,00 39 General Site Trimming & Pruning - Medians (Bi-Weekly) 26 Week $ 500.00 $ 13,000.00 N 0 N N r R fn O tZ O i a 1 M 06 Q N ti ti 0 N r C N E L V O Q Page 2 of 6 Packet Pg. 532 16.D.2.b Item Description Qty UOM Unit Price Total 40 Past -Service Cleaning - All Areas 52 Week $ 100.00 $ 5,200.00 L. AREA SPECIFIC PESTICIDES - Contractor supplies all chemicals & application Item Description Qty UOM Unit Price Total 41 Groundcover, Shrubs, & Trees: Insecticides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 $ 300.00 42 Groundcover, Shrubs, & Trees: Fungicides, applied to total roadway and areas as needed per Month 12 Month S 25.00 $ 300.00 43 Groundcover, Shrubs, & Trees: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 $ 300.00 43 Turf: Insecticides & Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 $ 300.00 44 Turf: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 $ 300.00 M. IRRIGATION MAINTENANCE - requires Cell Phone access to Weather-TRAK controller for Wet -Checks It.. Description Qty UOM Unit Price Total 45 Irrigation System Inspection & Wet -Check (Bi-Weekly) 26 Week $ 250.00 $ 6,500.00 N. STAFF SERVICES REGULAR LABOR HOURS Item Description Qty UOM Unit Price Total 46 Landscape Supervisor base: 40 Hour $ 75.00 $ 3,000.00 47 Landscape Laborer base: 40 Hour $ 50.00 $ 2,000.00 48 Irrigation Supervisor base: 40 Hour $ 75.00 $ 31000.00 49 Irrigation Technician base: 40 Hour $ 50.00 $ 2,000.00 AFTER HOURS LABOR HOURS (pre -approved by the Project Mannger) Item Description Qty UOM Unit Price Total 50 Landscape Supervisor base: 2 Hour $ 100.00 $ 200.00 51 Landscape Laborer base: 2 Hour $ 75.00 $ 150.00 52 Irrigation Supervisor base: 2 Hour $ 100.00 $ 200.00 53 Irrigation Technician base: 2 Hour $ 75.00 $ 150.00 BASE SERVICES BID (Items I - 53) $ 190,900.00 O. ALTERNATIVE SERVICES PRICES Item Description Qty UOM Unit Price Total URGENT LABOR HOURS (pre -approved by the Project Malinger) 54 Landscape Supervisor I Hour $ 75.00 $ 75.00 9:00 p.m. Friday - 5:59 a.m. Monday 55 Landscape Laborer I Hour $ 50.00 $ 50.00 9:00 p.m. Friday - 5:59 a.m. Monday Irrigation Supervisor 54 9:00 p.m. Friday - 5:59 a.m. Monday 1 Hour $ 75.00 $ 75.00 55 Irrigation Technician I Hour $ 50.00 $ 50.00 9:00 p.m. Friday - 5:59 a.m. Monday FERTILIZATION: Turf, Groundcover, Shrub, Tree, & Palm (Granular - County supplied / Liquid - Contractor supplied) 8-0-12-180 Approx 130 bags total @ 50lb/bag,2 apps/year (65+65) - Application Price/bag 56 Turf, Groundcover, Shrubs, Trees 130 50 LB Bag $ 12.00 $ 1,560.00 N 00 N N r R N O t1 O i a I 06 Q N I- I- 6 N r C 0) E t V O Q Page 3 of 6 Packet Pg. 533 Item Description Qty UOM Unit Price Total 57 0-0-22 (So-Po-Mag) Approx 4 bags total Ca� 50 lb/bag, 2 apps/year (2+2) - Application Price/bag Palms 2 50 LB Bag S 12.00 $ 24.00 58 Application labor rate only (Granular fertilizer, Micronutrients, County Supplied) 1 50 LB Bag $ 1200 $ 12.00 59 Application labor &materials (Drench) (Sequestrene Iron, Contractor supplied) I Lump Sum $ 75.00 $ 7500 60 Application labor & materials (20-20-20 w/Ferromec AC 13-0-0 plus 6 % Iron, Contractor supplied) I Luntp Sum $ 75.00 $ 7500 ORNAMENTAL & TURF SPRAYING: Turf, Groundcover, Shrub, Tree, and Palm (Contractor supplied chemicals) 61 Insecticides & Fungicides Application Labor & Materials (Foliai) I Lump Sum $ 75.00 $ 7500 62 Insecticides & Fungicides Application Labor & Materials (Drench) I Lump Sum $ 7500 $ 75.00 63 Insecticides & Fungicides Application Labor & Materials (Turf) I Lump Sum $ 7500 $ 75.00 64 Herbicides Application Labor & Materials (Pre- or Post- Emergent) I Lump Sum $ 75.00 $ 75.00 65 1 lerbicides Application tabor & Materials fl urf) I Lump Sum $ 75.00 $ 75.00 STRUCTURAL PRUNING (Canopy Trees) April & September (All inclusive of labor, equipment, watering, materials, and ineidentials to complete the work) (Nominal Qty's) Unit Price Total 66 Virginia Live Oak 103 Each $ 75.00 $ 7,725,00 67 DwarfJatropha 14 Each $ 50.00 $ 700.00 68 East Palatka Holly 13 Each $ 50.00 $ 650.00 69 Floss Silk Trees 5 Each $ 50.00 $ 250.00 70 Hong Kong Orchid 4 Each $ 50.00 $ 200.00 71 Hopi Crape Myrtle 65 Each $ 3000 S 1,950.00 72 Other I - TBD 0 Each $ $ 73 Other 2 - TBD 0 Each $ $ STRUCTURAL boots PRUNING (Palms) June fronds, seed pods, and Unit Price Total 74 Alexander Palm 115 Each $ 30.00 $ 3,4%00 75 Paurolis / Everglades Palm 16 Each $ 50.00 $ 800.00 76 Foxtail Palm 3 Each $ 30.00 $ 90.00 77 Saba] Palm / Cabbage Palm 162 Each $ 50.00 $ 8,100.00 78 Other I - TBD 0 Each $ - $ 79 Other 2 - TBD 0 Each $ - $ - LIGHT POLE CLEARING (upon request) Unit Price Total 80 Lamp Pole Spider Webs - Remove from lens face of fixture, upon request (Approx 1511 height) I Hour $ 25.00 $ 25.00 81 Lamp Pole Tree Limbs - Remove from lens face of fixture, upon request (Approx 15ft height) I I lour $ 25.00 $ 25.00 MULCHING (2 cubic foot bags) Unit Price Total 82 Application labor only rate (County supplied mulch) base: 1,000 Bag S 300 $ 3,000,00 83 Application labor & materials rate (Contractor supplied mulch) base. 1000 Bag S 6.00 $ 6,000.00 PRESSURE CLEANING (inclusive of all labor, materials, equipment to complete the work) Unit Price Total 84 Brick Pavers & Concrete Surfaces base: 1,o00 SOFT $ 0.50 $ 500.00 TREE & PALM MAINTENANCE SERVICES (All inclusive of labor, equipment, watering, materials, and incidentials to complete the work) Unit Price Total 85 Staking Small Canopy Tree (2x2 posts and guy wire, 4"- 6" caliper) 1 Each $ 100.00 $ 10000 N 00 N N r tC to O Q O L d I 2 06 Q N ti ti O N C N E t V M r-� rr Q Page 4 of 6 Packet Pg. 534 16.D.2.b I tens De,cription 01, CO)1 I nit Price I o1al 86 Staking Large Canopy Tree Each $ 125.00 $ 125.00 (2x4 posts, greater than 6" caliper) 87 Staking Small Palm I Each $ 60.00 $ 60.00 (2x2 posts and guy wire, 4"- 6" caliper) 88 Staking Large Palm I Each S 80.00 $ 80.00 (2x4 posts, greater than 6" caliper) Restanding and Staking Small Canopy Tree I Each $ 200.00 $ 200.00 2x2 posts and guy wire, 4% 6" caliper) 90 Restaking Large Canopy Tree I Each $ 250.00 $ 250.00 (2x4 posts, greater than 6" caliper) 91 Restanding and Staking Small Palm I I adi $ 200.00 $ 200.00 (4% 6" Caliper) 92 Restanding and Staking Large Palm I Each $ 250.00 $ 250.00 (Caliper greater than 6") 93 Removal: Small Tree - up to 10 feet in height I I ach $ 175.00 $ 175.00 (includes root ball and stump) 94 Removal: Medium Tree - I I feet in height but less than 20 feet in height I Each $ 400.00 $ 400.00 (includes root ball and stump) 95 Removal: Large Tree - 20 feet in height and greater I Each $ 800.00 $ 800.00 (includes root ball and stump) 96 Removal: Small Palm - Alexander, Pygmy Date, Montegomery, Thrinax, Cocothrinax I Each $ 100.00 $ 100.00 (includes root ball and stump) Removal: Medium Palm - Foxtail & Saba] 97 (includes root ball and stump) I I adi $ 200.00 $ 200.00 98 Removal: Large Palm - Royal & Bismarck I Each $ 600.00 $ 600.00 (includes root ball and stump) 99 Stump tip overs (small) I Each $ 200.00 $ 200.00 100 Stump tip overs (medium) I Each $ 400.00 $ 400.00 101 Stump tip overs (large) I Each $ 600.00 $ 600.00 102 Soil replacement (fill in stump tip over hole) I Cubic Yard $ 200.00 $ 200.00 103 Cut Dead Palm to a 3' stump (All sizes) I Hour $ 350.00 $ 350.00 104 Cut Dead Tree to a 3' stump (All sizes) I Hour $ 400.00 $ 400.00 105 Debris Removal I ('ubic Yard $ 75.00 $ 75.00 EQUIPMENT WITH OPERATOR RATES (Inclusive of labor, equipment, fuel &materials) Unit Price Total 106 Bucket / Lift Truck I Hour $ 100.00 $ 100.00 107 Water Truck I Hour $ 150.00 $ 150.00 108 Mini Excavator I Hour $ 200.00 $ 200.00 109 Crane Truck I Hour $ 300.00 $ 300.00 110 j Skid Loader I Hour $ 200.00 j $ 200.00 ALTERNATIVE SERVICES BID (Items 54 - 110) S 42,551.00 TOTAL BID (Items I - 110) S 233, l5 LUU MATERIALS MARKUP PERCENTAGE IS 15 ( percentage is a markup on non -bid line items. Receipts are required as backup with invoice for verification) Required Documents YES NO 6M 04 00 tV N O to O Q O Il I 2 Q N ti 1- O N C O E t t� O Q Page 5 of 6 Packet Pg. 535 item Dencriprion Qty 1 OBI l nli 1'rirr Landscape Contractor's License. Irrigation License. Pesticide License. Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. Certified Pest Control Operator, Lawn & Ornamental certification, Chapter 482.111, F.S. Pesticide Employee Identification Card for non -certified employees OR a listing of employees' names and their issued ID card numbers that will perform pest control for a licensed company. Each ID card must be an employee of the licensed company and work under the direct supervision of the certified operator in charge. Chapter, 482.091 F.S. International Society of Arborists (ISA) certification. Maintenance of Traffic Certificate, Intermediate Level, with a minimum three (3) year(s) experience. Green Industries or Best Management Practices certification. Irrigation list of projects showing three (3) years' experience, including cell phone controller access. Experience: Provide a brief description describing a minimum three (3) years experience that is relevant and similar to the Scope of Work and specifications. Equipment List: List of company -owned and/or leased equipment for this contract. References: Up to three (3) governmental or commercial references relevant to the services listed in the specifications. Required Fnrm� 1 ICti VO Fonn 2: Contractor Check List Form 3: Conflict of Interest Affidavit Form 4: Contractor Declaration Statement Form 5: Immigration Affidavit Certification Form 6: Contractor Substitute W — 9 Form 7: Contractor Submittal — Local Contractor Preference Affidavit Insurance Certificate E-Verify SunBlz Addenda Date N 00 N N fC to O Q O L (L 2 06 Q N ti ti O N C N E t V M r-� r Q Page 6 of 6 Packet Pg. 536 � Collier County Administrative Services Department Procurement Services Division Form 2: Vendor Check List Updated: October 24" 2019 IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and submit with your Proposal through Bidsync. Vendor should check off each of the following items as the necessary action is completed: '] The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. �] All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Collier or Lee County Business Tax Receipt M UST be included. Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - htti)://dos.myflorida.com/sunbizJ. Proof of E-Verify (Memorandum of Understanding or Company Profile page) and Immigration Affidavit MUST be included - https://www.e-verify.gov/. ❑ Grant Provisions and Assurances package in its entirety, if applica ble. Reference Questionnaires MUST be included or you may be deemed non -responsive. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Finn: A � M PROPERTY mmmwAmc_f��(U _(- Address: 1391p OWEJ5 W City, State, Zip: AVE MARIA. FL ,:M142 Telephone: CM 503.0303 Email: Qrckyriviala whcawm Representative Signature: c Representative Name: VYL& a tMWA R E Date b3 q Packet Pg. 537 Collier C014nty Administrative Services Department Procurement Services Division 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 pastor 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: Signat Print P Title of Signatory: O KItim d c c� c m Y c N C 7 0 H Cn a� Y c m 0 cn N 00 N N r Packet Pg. 538 cOle-r coHnty Administrative Servioes Depadment Procurement Services Division Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: 16.D.2.b 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. T��W1IT1NESS WHEREOF, WE hav�y h�er fpeunto subscribed our names on this Iday of % 20�in the County of WlL' in the State of FLORlrA Firm's Legal Name: AEI ft"7 / WIACTFJMiceLLC Address: 43q(o Dyje& WAY City, State, Zip Code: AvE, M IA. FL W2 Florida Certificate of 0DWt ARE Authority Document Number �Q•MM13 Federal Tax Identification Number *CCR # or CAGE Code n1a *Only if Grant Funded Telephone: CMkV3. 003 Signature by: (Typed and written) Title: d c ITS c m c to c 0 H CO a� c� c m 0 0 N 00 N N r 0 rn 0 M 0 a 2 06 Q N ti ti O N c a� E t 0 .r Q Packet Pg. 539 Additional Contact Information 16.D.2.b Send payments to: (required if different from Company name used as payee above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Packet Pg. 540 -z— Collier County Administrative Services Department Procurement Services Division Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, 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 enrollment in the F-Verify prolzram may deem the Vendor's proposal as non- responsive https://www.e-verify.poy/. F c Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, m constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration c and Nationality Act ("INA" ). c� Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such -"a Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral r termination of the contract by Collier County. 0 Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and CO 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 Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. CU Company Name A4M Bm MANT—NAtucE W✓ m 0 Print Name Title O N 00 Signature Date Cddvo N aqmkii�� N r Packet Pg. 541 16.D.2.b Collier county Administrahv Services Department Pro rerienl Services D. i = 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 119.07](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 (provide all information) Taxpayer Name A E M rKCM:E 14 MHIN11hAJANLf-11U 0, (as shown on income tax return) Business (if erent from' �.t�µ� yer name) ��yy Address �Q &1�11S WhQ City V . MARA- R_ IF State EL Zip1'I'2 Order Information (Must be filled out) Remit / Payment Information (Must be filled out) Address`fowQW16"I AddressRo Qwsms WAY Ci 1'Y'•t State Zip Cit 1" WKI State F1. Zip% Z i • uIIJL ' .� /;1_• ! i(A I / �.• 1/11•J[lill A 2. Company Status (check only one) _Individual / Sole Proprietor _Corporation _Partnership _Tax Exempt (Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) S Enter the tax classification 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and D�e Form: Certification: Under venaltiXhfreriury. I certifv that the information shown on this form is correct to my knowledge. M 'RIA G �•ehone � FAW o M s Number _cs Packet Pg. 542 COVIeT County Administrative Services Department Procurement Services Division Form 7: Vendor Submittal — Local Vendor Preference Affidavit (Check Appropriate Boxes Below) State o Florida (Select County if Vendor is described as a Local Business) Collier County ❑ Lee County Vendor affirms that it is a local business as defined 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: 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 staff operates and performs 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 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 i tCollier County or ❑ Lee County: I Number of Employees (Including Owner(s) or Corporate Officers):_ Number of Employees Living inj] Collier County or ❑ Lee (Including Owner(s) or Corporate Officers):_ 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. Signature-M WIVrUz Title: I , Packet Pg. 543 16.D.2.b Goer county Adrr>tnisbaM Senvioes Division Purchasing ADDENDUM #1 Memorandum Email: Lisa.Oien(a)colliercountvfl.gov Telephone: 239-252-8935 Date: (2/20/2020) From: Lisa Oien, Procurement Strategist To: Interested Parties Subject: Addendum #1 — 20-7724 Golden Gate Beautification MSTU Grounds Maintenance This addendum has been issued for the following items identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. 20-7724 Addendum #1 - Add Insurance Requirements • 20-7724 — Insurance Requirements Please #tnowledge receipt of this Addendum and include with your bid. D.- (Name of Firm) If you require additional information, please post a question on BidSync on-line or contact me using the above contact information. Appendix F-Template — Addendum -rev 10-18-18 0 Cl. 0 L_ a I 2 otS a N ti ti O N C d E L 0 r a Packet Pg. 544 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexemi) 2. ® Employer's Liability $_1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form 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 ContractorNendor 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 ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage. Owned/Non-owned/Hired; Automobile Included 6. ® Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ® Pollution $ 1,000,000 per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Packet Pg. 545 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 Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 2/12/20 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Vendor Signature Print Name Insurance Agency Bn[.JW/1L U"m Wsuw cc Agent Name M p a A ✓uwE Telephone NumbeC239 3,204 Packet Pg. 546 16.D.2.b MOW Collier County Administrative Services Division = urchasinq ADDENDUM #2 Memorandum Email: Lisa. 0ien cDcolliercountvfl.aov Telephone: 239-252-8935 Date: (2/26/2020) From: Lisa Oien, Procurement Strategist To: Interested Parties Subject: Addendum #2 — 20-7724 Golden Gate Beautification MSTU Grounds Maintenance This addendum has been issued for the following items identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. 20-7724 Addendum #2 — Last Bid Tabulation and Contract (18-7380) • 20-7724 — Bid Tabulation 18-7380 • 20-7724 — Contract 18-7380 Please,pf knowledge receipt of this Addendum and include with your bid. mIaLma-) Date If you require additional information, please post a question on BidSync on-line or contact me using the above contact information r a Appendix F-Template - Addendum -rev 10-18-18 Packet Pg. 547 Company ID Number: 1435313 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties tothis agreement are the Depe�mentofHomeland 8�uh�(DHS)and �e A&MPropedyyWain�nanca.LUC(Emp|oyer). The purpose ofthis agreement istoset hzr-thterms and conditions which the Employer will follow while participating in E-Verify. E'Vehfvhsaprogremthat electronically confnnaanemployee's eligibility to work m the United States after completion of Form |-S. Employment Eligibility Verification (Form }-Q). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E'Verify Program is found in Tide |V. Subtitle A. of the U|oga| |nnmigraUon Reform and Immigrant Responsibility Act of19Q6(||R|RA).Pub. L 1O4'2O8.11OSba.JU0S.aaamended (8U.S.0 § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Vehfication^andExeouhveOnder12Q8S.esamended.prnvideaudhohtyforFedora|contnaobznsand subcontractors (Federal contractor) to use E-Verify to verify 'the employment eligibility of certain employees working on Federal contracts. 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of Participation b. Notice of Right io Work 2. The Employer agrees to provide to the SSA and DHS tile names, titles, addresses, and telephone numbers o{the Employer representatives Uzbecontacted about E-Verifv. The Employer also agrees to keep such information current by providing updated information to SSA arid DFIS whenever the representatives' contact information changes. 3. The Employer agrees togrant E-Vehfy access only tocurrent employees who need accese. Employers mustpromptly terminate anemployee's E-Verifyaccess ifthe employer ioseparated from the company or no longer needs access to E-Veiify. Page 1w1r--v*rifymnufor Employers | Revision oateosm*`r ` Company ID Number: 1435313 4. The Employer agrees tobeoonxafami|ksrvvithand comply with the moa recent version ofthe E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives viU take the refresher tutorials when prompted by E-Verify in order to oontinoe using E-Verifv. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: a. Ifanemployee presents a"List 8"identity document, UIcEmployer agrees toonly accept "List 8"documents that contain aphoto. (List Bdocuments identified inDC.F.R. §274a.2(b`(1)(B)\can be presented during the Form, 1-9 process to establish identity.) If an ernployoe objects to the photo requirement for religious naosono. the Employer should contact E-Verifyat 888-464-4218. b. If an employee presents a DH0 Form 1-551 (Permanent Resident Card), Form 1-700 (Employment Authorization Docurnent), or U.S. Passport or Passport Card to complete Form 1-9, the Employer agrees to make a photocopy of tile document and to retain the photocopy with the employee's Form 1-9. The Employer will use the photocopy to verify the photo and to assist DF-IS with its review of Photo mismatches that employees contest. DHG may in the future designate other documents that activate the photo screening tool. Note: Subject only bzthe exceptions noted previously 'in this parag/aph, employees obU retain the right to present any List A, or List B and List C, docurnent(s) to cornplete the Form 1-9. 7. The Employer agrees to record the case verification number onthe employee's Form 1-9 or to print the screen containing the case verification number and attach hto the employee's Form |9. 8. The Employer agrees that. althOUghitparticipates in E-Verify, to complete, retain. and make available for inspection Forms |-g that relate to ito emp!oy*es, nrfrom other requirements of applicable regulations or |aww, including the obligation to comply with the antidiscrimination requirernents of section 274B of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptionsto an Employer's obligation to not employ unauthorized workers and comply with the anti-discrinlination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility ofnewly hired employee using E-Verify pnooedunea, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1.)(A) of the Immigration and Nationality Act (|NA)vvithrespect tothe hiring ofthat employee; (3)|fthe Employer receives ofinal nonoonfirmatiunfor onemployee, but continues toemploy that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failUre to notify DHS of continUed employment following a final nonconfirmation-, (4) If the Erriployer continues to employ an employee after receiving a final nonnonfirnoation.then the Employer iosubject toerebuttable presumption that ithas knowingly pa000m1rs-Venfymoufor smpwvom|Revision Date nsmx,n 16.D.2.b Company ID Number: 1435313 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faitft based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been faired (after both Sections 1 and 2 of Forrn 1-9 have been completed), and to complete as many steps of the E-Verity process as are necessary according to the E-Verify User Manual. If E-Verify is ternporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Erraployer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre -employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User )Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article 11.8 of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirrnations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing Information specific; to the employee's E-Verify case. "I"he Employer agrees to provide both the English and the translates: notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral Instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer mist take additional steps (see Article €II.B. below) to contact DHS with information necessary to resolve the challenge.. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification; request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized, In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify r IOU for Employers I Revision Date 06i'01/13 Packet Pg. 550 ' Company ID Number `1435313 (including denying, redudng.orextendingworkhouns.delayngcvprevenbngtraniog.requinngoo ernployee to work in poorer conditions, withholding pay, refusing tO assign the employee to a Federal contract or other assignment, or otherwise assurning that lie or she is unauthorized to work) until and unless secondary verification by SSA or DHS has beer) cornpleted and a firial nonconfirmation has beenimaued.|fLheernp!oyeedoeonoichoonei000nteoiaientativenonconfirmationo/aphobo mismatch or if a secondary verification 'is cornpleted arid a final nonconfirrnation is issued, then the Employer can find the employee is not work authorized arid terminate the employee's employment. Employers oremployees with queotionaabout efinal nonnonfirmaion may call E-Verifyat1'888-404- 4218(customer service) or1'888-8g7-7781 (worker hotline). 14. The Employer agrees 0ocomply with Title V||ofthe Civil Rights Act of18O4and section 2748o[ the |NAosapplicable by noidiacnnninsding unlawfully against any individual in hiring, fihng, employment eligibility verificaiion, o/ recruitment or nahana| practices because of his or her national origin or citizenship status, or by corrimitting discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in [)art D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirrnations.The Employer further understands that any violation of the irrimigration-related unfair ernployrTient practices provisions in section 274B of the INA could subject the Employer to civil penalties. back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages, Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E4/erJv. If the Employer has any questions relating to the anti -discrimination provioion, it should contact [)SCat 1-800-255-8155or 1'800-237-2515(TOD) 15. The Employer agrees that it will use the inforriiation it receives frorn E-Verify only to confirrn the employment eligibility ofernp|nyaeaas authorized by this MOU. The Enip|oyeragrees that itwill safeguard this information, and mearis of access to it I'such as PINS arid passwords). to ensure that it is ncd used for any other purpose and as necessary to protect its confidenUa|ity, including ensuring that it is riot disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for sUch dissemination as may be authorized inadvance bySSA orOHSfor legitimate purposes, 16. The Employer agrees to notify DHS immediately in 'he event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at . Please use "Privacy Incident — Password" in the subjiect line of your ernail when sending abreach report toE'Varifv. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5U.8.C. §552a(i`(1`and (3)\and the Social Security Act '42U.8.C. 1306(a)).Any person who obtains this information under false pretenses or uses it for a.ny purpose other than as provided for in this MOUmay besubject 0oc/iminalpenalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monito.ring and evaluation nfE-Verifv. which includes permitting DHG. SSA, their contractors and other agents, upon Page 4m1rs'v°,/hmOofor Employers | Revision Date os/n,/`o ` Company ID Number: 1435313 reasonable notice, to review Form 1-9 and other employment recoNsend to interview it and its employees regarding the Employer's use of E-Verify. and to respond in a prompt and accurate rnanner to OH8 requests for information relating toiheir participation in E-Verify. 18. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verifynn itovvebaite. in advertising materie|a, or other media. The Employer shall not describe its services as federally -approved, fedena||y'oer-tified, o/fed oral |y-xyoognized. or use language with a similar intent on its webaite or other materials provided to the public. Entering into this MDU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHG. 21. The Employer agrees that E-Verify trademarks arid logos may be used only under license by OHS/USCiS(aee ) arid, other than pursuant tothe specific termsofsuch license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS. USC|S. or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation inE-Verifvaccording Lothis K4OU. 1. If the Employer is a Federal contractor with "he FAR E-Verify clause Subject to the employment verification terms inSubpart 22.18of the FAR, itwill become familiar with and comply with the most current version of the E-Verify User K4onue| for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors, 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification lerms in Subpart 22,18 of the FAR it must verify the employment eligibility ofany "employee assigned hothe contract" (as defined in FAR 22,1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify, a. AnEmployer that isriot enrolled inE-VefyasaFederal contractor at!he Umecfacontract award rnust enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract avvanj and, within 90 days ofennoUment. begin to verify employment eligibility of new hires uaingE-Verify. The Employer must verify those emp/oyeeswho are working inthe United States, whether ornot they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment tothe onntract, whichever date is later, pauoom1rs-Vomrmoufor emvwyms|*evomwDate oam1/—u E-Verify.......a Company ID Number: 1435313 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the tirne of a contract award must use E-Verify to begin verification of erriployment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the tirne of contract award, the Ernployer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United Statos, whether or not assigned to the contract. Such verification of new hires rnuat he initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the oontract, whichever is later. o. Federal contractors that are institutions o/higher education (as defined at2O U,G.C. 1001(a)). state or local govern ments. governments oiFederally recognized Indian iribey, or sureties performing Linder a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Stich Federal contractors may, huvvevar, elect to verify all new hiree, and/or all existing employees hired after Novennber8. 1986, Employers in this uatago,y must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the oontra(t, whichever date is later. d. Upon enrollment, Employers who are, Federal contractors may elect toverify employment eligibility ofall existing employees working in the United States who were hired after Nnvennbor8' 1986, instead of verifying only those employees assigned 'to a covered Federal contract, After enrollment, Employers must elect toverify existing staff following OH8procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form |-A as the basis for creating an E-Verify case for anemployee assigned toecontract aalong as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii The employee's work authorization has riot expired, and iii The Employer has rev!ewedthe Form |-0information either inperson orit) communications with the employee to ensure that the employee's Section 1. Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become anaturalized U.S. oidzoo). [ The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii The employee's bmua for work authorization as attested in Section 1 has expired or iii The Form |-Qcontains nnSSNorhaotherwise incomplete. Note: If Section 1 of Form |-B is other -wise valid and up-to-date and the form otherwise oonnpUen with paoosm�r-Verify mnufor Employers | Revision Date osmo0; ` E-Verimfy-- �---------~ Article II.C.5, but reflecits documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may beprovided onthis subject inthe E'Veri[yUser Manual. g. The Employer agrees not 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 ernployee by any Employer that is not a Federal contractor based onthis Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of 'the Federal contract or subcontract, and 4he Employer consents to the release of information relating to compliance with its verification responsibilities under this KX(}U to contracting officers orother officials authorized to review the En}p|oyer's compliance with Federal contracting requirements. C.RESPONS!B|L|THES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's 2. SSA agrees to safeguard ffie information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social SeCUrity numbers or responsible for evaluation of E-Verify or such other persons orentities who may benuthnrizedbySSA aagoverned bythe Privacy Act (5U,S,C,8552u). the Social S*ourityAct i42U.8.C.13O8(a)\.and SSA regulations (20CFRPart 401), 3. SSA agrees k) provide case neau|k; from its database within three Federal Government work days of the initial inquiry. E'Verih/ provides the information tothe Employer. 4. SSA agrees toupdate SSA records aanecessary ifthe employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. |fthe employee visits an SSA field office within the eight Federal Government work days from the date of paharra| to 88A. GSA agrees to update SSA re cords, if appropriate, within the eight -day period unless SSA determines that more than eight days may benecessary. Insuch cases, SSA will provide additional instructions to"lie employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nononnfirnngtion10the employer. Nolte: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verifyet 1-888-484-4218, D. RESPONSIBILITIES OF DHS 1, OHS agrees in provide the Employer with selected data from OH3 databases to enable the Employer to oonduct, to the extent authorized by this K4OU: a. Automated verification checks on alien employees by electronic rneano, and paoorclf 1re-vonhmOufor Employers |n=om^Date. n61n1/0x 16.D.2.b Company ID Number: 1435313 b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4, DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti -discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Ernployment Practices (OSC), Civil Rights Division, U.S. Department of Justice. b. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Ve ify. 7. DHS agrees to safeguard the Information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, 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 INA and Federal criminal laws, and to administer Federal contracting requirements. 3. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative noru,onfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirr-nations. This provides 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, DHS will provide additional verification instructions. 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 notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Pa-ae 8 of 17 E-Verify Pv10211 for Employers i Revision Crate 06i01i13 Packet Pg. 555 16.D.2.b E -Ve r min ;' HI,III Company ID Number; 1435313 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Erployer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA 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 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. b. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. RIEFERRAL. TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide therm with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their rase is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonc onfirrmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page g of 17 E-Verify P IOU for Employers I Revision Date 06/0 /1 Packet Pg. 556 ` Company ID Number: 1435313 employee hocontact OHSihrough its toll -free hotline (as found on tfxa referral letter) within eight Federal Government work days. 6. Ifthe Employer findnaphotomismetch.theEmploy rmustpmvidethephotomiuma±hbantative nonoonfinmmtion notice and follow the instructions out|ined in paragraph 1 of this section fortentative nonoonfirmationo.genenaUy. 8. The Employer agrees that if anemployee contests atentative nonnonfinnotionbased upon ophoto nniennahch. the Employer will send a copy of the employee's Form 1-551. Form 1-788. U.S. Pasopod, or passport card to DHS for review by: a. Scanning and uploading the docunnent, or b. Sending photocopy o[the dnounnantbyexpress mail (furnished and paid for bythe emolover) 7. The Employer understands that if it cannot determine whether there is a Photo match/mismatch, the Employer must forward the employee's documentation toDHSamdescribed inthe preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHSviU electronically transmit the result ofthe referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. O. While waiting for case results, the Employer agrees to check the systemregularly for case U0104N=1 1. SSA and DHS will not charge the Employer for verification services performed under this MOU, The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need opersonal computer with Internet access. T-R-Welm 1� This MOU is effective upon the signatUre of all parties and shall continue in effect for as long as the SSA and DHS operates 'the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any arid all syaten enhancements bvDHSorSSA, indudingbut riot UnnhedtoE-Verifv che(.king against additional data sources and instituting new verification policies or procedures, will be covered under this MOU arid will not cause the need for a supplemental MOU that outlines these changes, Page. wwns-Van0Mnuunsmnwvrs|Revision oate,Vamv10 ` 1.The Employer mayterminate this MOUand its participation in otany time upon 3Odays prior written notice tothe other parties. 2. Notwithstanding Article V. part of this K4OU. OHS may terminate this K4OU, and "hereby the Employer's participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been abreach of system integrity orsecurity by the Emp|oyor, orafailure on the pail ofthe Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance ofits contractual responsibilities. Similarly, Vie Employer understands that ifitiminastate where E-Verify is mandatory, termination of this by any party MOU rnaynegatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed, In such cases, the Federal contractor must provide written notice to DHS. If an Employer that 'is a Federal contractor fails to provide such nntioe, then that Employer will remain on E-Verify pertioipant, will remain bound bythe terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify procedures toverify the employment eligibility of all nmvv!y hired employees, 4. The Employer agrees that E-Verify is not liable for any |nsaee, financial or otherwise, if the Employer ioterminated from E-Verify. A. Some orall SSA and DHGresponsibilities under this MDUmay be performed byuontmctor(s).and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform 'its responsibilities as described in this MOU, B. Nothing in this MOU is int*ndad, or should be construed, 0ocreate any right orbenefit, substantive or procedural, enforceable at law byany third party against the United Stat*s, 'its agencies, officers, or employees, oragainst the Employer, "its agents, officers, oremployees. C. The Employer may not assign, directly orindirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS.which consent shall not baunreasonably withheld ordelayed. Any attempt tosublicense, assign, ortransfer any ufthe rights, duties, orobligations herein iovoid. D. Each party shall be solely responsible for defending any claim or action against :it arising out of or related to E-Vehh/orthis K4QU, whether civil or criminal, and for any |iobi|ityvvherefrom. including (but not limited to.) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of llRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required bylaw and OHSorSSA pnlioy, including but not limited to, Page 11m1rs'vm/fymoufor Employers | Revision Date oa/o,/1a ` 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 (FO|A). F. The individuals whose signatures appear below represent that they are authorized to enter into 'this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate staternent, representation, data or other inforr-nation provided to DHS rnay subject the Employer, its su bcon tractors, its ernployees, or its representatives to: (1) prosecution for false staternents pursuant to 18 US.C. 1001 and/or; (2) innmediatetermination of its K4OU and/or-, (J) possib|edebarnnentor suspension. G.The foregoing constitutes the full agreement onthis subject between [JHSand the Employer. To be accepted asanE-Verifvparticipant, you should only sign the Employer's Section ofthe Company IQ Number: 1435313 ;Employer A&M Property Maintenance, LLC: �......_...._.._.... ........... ._--- __.---- !Name (Please Type or Print) ... _........... ........ _............ ,...._....._........... _........_...... .... ___ _ ._... _..-........ Title j Sylvia Yxaguirre i i !signature Pate j Electronically Signed 07/219/2019 IDepartment of Homeland security — Verification Division I ,Name (Please Type or Print) i i i Title bate ----- Electronically Signed Page 13 of 17 E-VenTy MOU for Ernpiovers i Revision Date 06i01/13 N CO N N R N O O_ O L Q. Ci C Oa Q N ti ti O N C N E t V f0 r-� r Q Packet Pg. 560 Company ID Number: 1435313 Information Required for the E-Verify Program Information relating to your Company: A&M Propeity Maintenance, LLC 'Company Name 4396 Owens Way Ave Ma.ria, FL 34142 ,Company Facility Address ,Company Alternate Address ;County or Parish COLLIER 'Employer Identification Number ---------- -------- ---- ---- -------- ------------ ------------ 262564413 North American Industry ;classification Systems Code 1311 !Parent Company lNumber of Employees 1040 19 Number of Sites Verified for Page '4 of '17 E-VariNkIOU fcr Eir.plovers 1 Revision Date. 06,'in!"13 I Packet Pg. 561 1 Company ID Number: 1435313 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(sIl' Page 1.5 of 17 E-Verify MOU for Employers I Revision Date 06/01 /13 I Packet Pg. 562 1 Company |DNumber 1435313 Information relating tothe Program Admn\n for your Company onpolicy questions or operational problems: Name Sylvia BYzaguine Phvnewvrnbe, (239)503- 1897 Fax Number (238)842 0182 Emai|Addeaa ay|via-Ca�aundmpmperty.00m Page. mof 1rs-Vorifywoufor Employers | Revision Date osmx1n Mill E-Verllmfy--� Company ID Number: 1435313 Page '7 of 17 E-Verify MOU for Employers I Revision Date OEM/! Packet Pg. 564 2020 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT DOCUMENT/t L08000046795 Entity Name: A&M PROPERTY MAINTENANCE LLC Current Principal Place of Business: 4396 OWENS WAY AVE MARIA, FL 34.142 Current Mailing Address: .1396 OWENS WAY AVE MARIA, FL 34142 US FEI Number: 26-2564413 Name and Address of Current Registered Agent: YZAGUIRRE, SYLVIA B 4396 OWENS WAY AVE. MARIA, Ft_ 34142 US FILED Mar19,2020 11. ' Certificate of Status Desired: No The shove named entity submits Kris sleterrient for the purrx.se of changing its registwed office: or rr giste; ed age it, or both, in ihp State of Florida SIGNATURE: Electronic. Signature of Registered Agent ?<<'e Authorized Person(s) Detail : Title MANAGER, AUTHORIZED MEMBER Name YZAGUIRRE, SYLVIA BETANCOURT Address 4:396 OWENS WAY City -State -Zip: AVE MARIA FL 34142 Title MANAGER, AUTHORIZED MEMBER Name YZAGUIRRE, ARMANDO BENITO Address 4396 OWENS WAY Gity-State-Zip: AVE MARIA FI... 34142 i hare4v r..artify that the inrr.,rmatior? indicated c,, this repo.,^ or suppiemanta' report is true and accurate and thar my electronic sidnarire shah have the same le -go: ettecr as if mad.= under oath, that / am a managing metnberoi manager of the limireu habillry company or in recerver o trustee etrpowerec' io execydc- this; epor't as required byi�haprer 605, Florida Statutes; and that my name appears above. or on an attachment with all other ti.4e. empowered. SIGNATURE: SYLVIA B. YZAGUIRRE MANAGER 0311912020 Electronic Signature of Signing Authorized Person(s) Detail Date Packet Pg. 565 MIK 2020 Details — Business Tax Account A & M PROPERTY MAINTE-NANCE, LLC Business Tax Account # 140741 Account de!ajis Account history 2020 I 2019 2018 2017 2016 2015 G( F-a:d Paid Paid paid Bi b} Account number: 140741 Er Business start date: 09/25/20114 Phystcai business ioc:ation: Collie? County Business address: A & M PROPERTY MAINTENANCE, LLG 4396 OWENS WAY Mailing address: A&MPROPERTY tvIAIN'fENANCE-*,LLC 4396 OWENS WAY AVE MARIA. FL 34142 Ownerls) YZAGUIRRE, ARMANDO 4396 OWENS WAY AVE MARIA. FL 341,12 Receipts And Occupations co 04 04 Receiipl 140741 Return 1; 1 0 CONTRACTOR, 10!'01j2Qs9-09i30/2Q20 Units: I Print this biil CL IRRIGATION CONTRACTOR 0 - (L Get Bills by Email 2 06 C14 VISA C14 E 0 1.097-2020, Grant Street Group Al' rights rwserve-d. Help - Contact us - Terms of service - Tax Collector home Packet Pg. 566 Business start date: 0 3 /2 q/ 21 0 0-1 Physical business location: Colfle, Courtly Business address; A & V. PROPERTY MAINTENANCE. LLC 4396 CAVENS WAY Mailing address: A&MPROPERTY MAINTENANCE . LLC 4396 OWENS WAY AVE MARIA, F:- 34142 Owner(Q YZAGURRE, ARMA.NDO 4396 OWENS WAY AVE MARIA, FL 34142 Receipts And Occupations Receipt 062877 PUBLIC SERVICES 10,V/20,19-09/30/2020, Urits:2 13 Print this bill MAINT SERVICE; NOI;C)N,,-RA(';TCiR4N'C)RK Return! Get Bills by Small ri 1997-2020. Grant Street Group All rights reserved. Help - Contact us - Terms of service Tax Collector home I Packet Pg. 567 1 Contractor Licensing IRRIGATION SPRINKLER CONTR. Cert Nbr: Exp: Status: C33963 09/30/2020 Active A .••PROPE thTENA 4LC 439LQp e ara 2 � Operaticirl3 & Regulator . anag It Division FDOTO This sCCertifi es that e--- � Armando B. Yzaguirre Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Intermediate (Refresher) Course. Date Expires: 02/24/2021 Certificate # 25896 Instructor: Michael J. Stone FOOT Provider # 125 Florida Association of Safety Councils Phone: 877-413-3272 State of Florida Local Safety councils, fI,URf�� tS�tG,1i 0 fascsafety.org rif'sctal@embarqmail.com W N N STATE OF FLORIDA ,Bepartmrnt of ftirutture anb Consumer R 6erbireg BUREAU OF LICENSING AND ENFORCEMENT to C sZ Date File No. Expires July 10, 2019 LC160680 June 30, 2020 0 L d � THE COMMERCIAL LANDSCAPE MAINT. HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS oa < Q OF CHAPTER 482 FOR THE PERIOD EXPIRING: June 30, 2020 1 N ti ti O N ARMANDO BENITO YZAGUIRRE 4396OWENS WAy AVE MARIA, FL 34143 E t NICOLE� KI^ Q F I�MISSIONER Packet Pg. 568 S'I A I E01, FIOWDA Opmum ot 11pruUm2'C vib Casuma fkaurs RLAEAL OF LICENSI%(; AND ENFORCE10f N ihlf hit! No, Lxpires July 10,2014 LC 16ow Just 30, 2020 THE COMMERCIAL LANDSCAPE MAINT. HOLDER BELOIA HAS REGISTERED UNDER THE PROVN0ONS OF CRAP"!:-P 01 FOR "'HE PERIOD EXPIRING Juat 30, 2020 ARMANFX') HF%!Yfj YZAGURR[,. S096OUIESS NIAV AN, E MARIA, FL 34; 43 . .4 S-fAf-&0FfL0RWA 3UPACImml of ftindtUrr ub Catsumtr Ataurs SUREA4, OF LICENSING AND "FOftCkjkjk%T Dmt P;le "o. Lxplres April 4,2019 LC257092 m" 31, 21020 THE COMMERCIAL LILNDSCAPE MAINT, HOLDER NANIED BELOA HAS REGISTERED UNDER THE PR DV4SIONS OF ("HAP TER 482 FOR THE PERIOD EXPIRIIN& March 31, 2020 ARMANDO BLNTO YZAGLIRREM 43% OWEX"S W.ALY AIV;--VARIA, FL 34;42 IED. CC-Ni6645!oNF!t STATE OF FLORIDA Otparmtrd of agutliguff anb CAmsumtr *trwrs BOREAL Of LlCrNSING AND f'NFoR('FNjX%j L%%c f k No Fmpirr, April 4, 2019 LC26709I 1Iwreh 31.21020 "i"Hi: COMMERCIAL Llk-0SCAPE NWN'T. HOLDER NAMED HE LOA HAS REGISTERED UNDER THT- PROVISIONS OF CHAPTER 48'2 FI F, HE PERIOD EXPIRNG- March 31, 2020 JAMES MICHAEL SANDERS 113% OWESS WAN AVE MARIA. FL 34142 s , f A i i GIF 1, LOREDA awrimml a( ftnomw soo Cmmtr lberwn % RI -It- of ASID C%F0R1INU41 ARVI,NDO BEN [TO 't'1A6VIRRE. COMMERCI.,%L, LANDSCAPE MAINI, HOWER I IC I I$(" 4AS PAW Vi :it, AEQL I KLV Olt H,%Ptl A 45-' FUR A4 11LRWV ,� ", ic+ C4m r 1 1�Tc ji. ()F I EC "S! S(: & h. S.2? coN,"fIR Rl'Vl) BUY; x %:.LA'-NNSEF.. FLORIDA 3!liki-i65O 17A1E,*A FLURIUA of agluetrun am Cmugler *trs" Of I,sCFVSJ-%4 AND EkF01C.PMr,- A RMANLA.) 8 E N 7 0 YZAGUffokEJR ("MMERCL4L LANDSCAPE."N't'. HOLDER LIC257091. iiAS ?-NrD TiL }t:.f gE:JL,qght) By C.;i4p, FC t1i8 i;Allfftflx(; Nlvreh;t, Zan fil RFAI. Of UCENSINC A EvFORCltEs r 3 w!S CO%NE,R BLVI), aLIX,. fAiA-AFIASSLE, -1 C*;I.)A r A 7 F OF arpirm= of jknmLmrf " Csomff lEerrRceR IWWAII, 10F L11TWNG, A\LI JAMES MICHA-L S,kNDE1d COMMERCIAL L&NDSCAFEMAWL HOLDER LC111-101 I h" RAW, THE FEF UGLIRIM BN C4APTEX 411 il)k 3Ijf March M. 2026 V. Card );2-5 ('0%N'F.0 RLVDBLDG. rALLAHASSFEFLORMA 421990-i650 I Packet Pg. 569 1 Department of tiEnvironmental 3: 2600 Blair Stone Road, KS. 3570 Tallahassee, Florida 32399-2400 May 11, 2009 UNIVERSITY O 1FAS EXTENSION Congratulations on successfully completing the Florida Gre:c:zt Industries Best. Management Practices Training Program. We greatly appreciate your participation in and succrssrul. completion of this course: We hope that it has helped you to better understand. Florida's nonpoint source pollution problems and the irnport:ance of prober design, construction, irrigation., fertilization. pest, control, and maintenance of lawns a__d- landscapes, in order to assure minimal adverse environmental effects while achieving c.sstnrner expectations. Attached you u-611 find your numbered r_ertiticate and wallet card. Please let me know if there are anv errors in the certificate or card, or in the Trading of your exa.. . If we can be of further assistance, please do not hesitate to contact Dr. Trenholm at 352/392-1831 x374 or via email: ieFr(�ut?.edu. Armando Yzaguirre A,4cM Property Maintenance 3240 Everglades Blvd N I : I - - T'7 � d 1 "1 IN aiiuT vy, Ri e H. �kCertificate of Train.ing GV5003-1 Best Management Practices '; crticicate, -H Florida Green Industries E V5003 Tta:.nee :(L) # The undersigned hereby ael.noWledges that: Armando Yzaguirre LINIVERS11'Y OF FLORIDA 1FryS EMINSION has successful-ly met all requirements necessary to be fully trained through the Careen Industries lest Management Practices Program developed bjr the Florida Department of Environmental Protection with the 'University, of Florida Institute of flood and Agricultural Sciences. r Brown ' Issw::r insumctor Hate of t:la<s )EP ProgramAdmimstrain- Nr.r valid wit}tout seal Packet Pg. 570 C O V c O m S� L C p .L -p bO (0 aJ u ++ C O O .L 'O -O a) to m a) v 4+ '(6 Y ++ (O 7 M4J U N "f6 Y _ + (O p (6 N U _ 0 _� N L m S p a) C '(0 Q1 N V1•+1CL L (ID Q) L 'Q -O Y L a) U N L 'a -O L U N� E O (a .� Y C O Q O ro .� l0 Y (° �C C p O (° N N_ 41 cli •L +J 4- U)N Y + a1 C C ra L N U r0 L O Q- (O M W L 41 i L N 7cli U L L CL Va C1Q f6 L CL i2 N 5. _ L Li Vi 4-L N L O L (O N — L Q. N +r N L ._ L Q L M p L 4, C V C m a) r0 U Q L 4 J C C m a) m U U O M Mc a) -t} p p L a) +� O a) CL O L ai C r0 �+ N C Y C L 'r0 N (6 +' N �C C L N 00 C C O a) p L (6 a) N qA .L C C a) O L r0 Q (p N (0 Q> O .O Q> 0 Q- Q� T � L >� C O —Cl. -Q L Q' '(3 W L > a) U •a) C U N W .0 C p a) O 4- O (O C .p C — C _a) 3 a) Q +- p l6 C .p C •L — .0 U W a) m L .Q' C t U a) a) m C ) 3 a o > o ° 3 a o > O c 3 + v Q 3 i+ Q n E a) f6 N v -p v a) _v to N v -0 N > Q u �G > a) m i L Q N > O U a) Y> a) m �' by a) p L1 C L N tlp C � pp a1 O C •L L N L UA C Gi _ L iJ LL Q N Q (O L L O N O> a) r6 p CLO> V) C O (a p O v Q rn c p 'a two a -0 >` (Q -0 -0 j'n ` >. -0 >` -0 -0•L oOc > 3 m-0 (a m t m m .� 3> 3m a (a m-E (a m .� 3 a C C Y.0 — O v4-1 3 ru W C MQ L U U at co ` v C Ln O �M —1 c —1 c a1 � O V) O \ N U.\ N 0) � W v a 0 a O 0- a) -0 N C C O a) a) a) Vi C �^ N m .0 + N -- ++ >, Q (6 ra p L m N Q 3 ra v � p +- p 0 VV) O C p io u -a -o C p� m m� 5 Q a 'a 'L O0 o J) 3 °L) o U- ar (a a) > Z C m U ra Y ::3 O •i a) O u CLw N v p a 2 w J U N L) C cu C Q7 N C /O V H C� C N R C a� 0 0 N ro N N R y O CL O L CL C� C 06 Q N ti ti C N r C 0 t u m r Q Packet Pg. 571 A&M Property Maintenance, LLC-Current Projects Project Name Description Requirements Contact Info Lake Trafford Lake Trafford Mowing, trash pick-up, edging, Deborah Goodaker Memorial Cemetery weed eating, pruning, (239) 252-8922 Gardens (Immokalee) chemical treatment Lee County Substations, Mowing, including ROW, Raymond Boss Electric warehouses, edging, pruning, trimming, (239) 656-2211 Cooperative regulator, and weeding, fertilizer and pest GOAB stations control, and irrigation over 50 locations (SW Florida) Collier County 19 School sites Mowing, edging, pruning, Bibi Mendez -Barrett Public Schools (Immokalee, trimming, weeding, & weed (239) 377-0631 Naples, Everglades control, trash removal, City) mulching Immokalee Roadway Mowing, weeding, pruning, Christie Betancourt MSTU Landscape irrigation, insecticides, (239) 269-6958 Maintenance fungicides, herbicides, (Immokalee) fertilization, mulching, street cleaning, trash pick-up, street sweeping, bulb -out and gutter channel drain cleaning, pressure cleaning, banner installation, holiday decorations Collier County Water Plant Sites, Mowing, edging, blowing, Josh Bauer Public Utilities Wastewater Plant weed control, trimming, (239) 784-3400 Facilities Sites, Operations, pruning, mulching, Centers, Pump fertilization, insecticides, Stations, Repump fungicides, pest control, Stations, Booster irrigation Stations, Recycling Center N 00 N N 0 a 0 L. Q. i 2 0a Q N ti ti 0 N c m E U M r .r Q Packet Pg. 572 A&M Property Maintenance, LLC-List of Equipment • 6 John Deere zero turn mowers Own • 2 John Deere gators Own • 4 Trucks Own • 4 Trailers (open and enclosed) Own • Various sprayers Own • Various blowers, weed eaters, trimmers Own Solicitation 20-7724 Packet Pg. 573 16.D.2.b 4w,tao-W,nkV Reference Questionnaire for: (Name of Company Requesting Reference Information i (Name of Individuals Requesting Reference Irilbi- Cation) \ame: Bibiana Mendez -Barrett Company: Collier County Public Schools (Evaluator completing reference questionnaire) (Evaluator's Company completing references Email: mendezbi�u,collierschouls.cum FAX: 2?9-377-U640 Telephone: 339-377-U634 Collier County has implemented a process that collects reference information on firms and their kc% personnel to be used in the selection of firms to perform this project. The \ame of the Company listed ill the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10. with 10 representing that you were sen satisifed (and would hire the firmiAndividual again) and I representing that you were very unsatisfied (and would never hire the firm indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Completion Date: Project Budget: Project \umber of Days: Item Citeria Score I Abilit} to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). 9 3 Qualit) of work. 9 4 Quality of consultative advice provided on the project. 9 5 Professionalism and abilit) to manage personnel. 9 6 Project administration (completed documents, final invoice, final product turnover: I invoices: manuals or going forward documentation, etc.) 9 7 Abilit) to %erbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected proiect circumstances. 9 9 Ability to follow contract documents, policies, procedures. rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 9 TOTAL. SCORE OF ALL ITEMS 90 to O a. O a I 2 ca a N ti ti 0 N c a) t v a Packet Pg. 574 Collier County L !)I�ri'� L1111Y1I �• Reference Questionnaire 1 (Name of Company Requesting Reference Information (Name of Individuals Requesting Reference Information) Name: 44417^ 0 J� � �a Company: 4 -C C�e— (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Z.gl ,,.� 3o�s eLcec FAX: 2/1 Telephone: 235YZliI 7,— - — Collier County has implemented a process that collects reference information on tirms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge (in a scale of I to 10, with 10 representing that you were very sat isifed (and would hire the firm;individual again) and I representing that you %%ere very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored " 0." Project Description, --'44-, J .4,J1e 'A,-JCl— Completion Date: _ /Zh t 1 Z01 .y Project Budget: !X06 nda • �'`� -_ Project Number of Days 3 c" S— Crnrn 1 Ability to manage the project costs (minimize change orders to scope). Q 2 Ability to maintain project schedule (complete on -time or early). /O /J 3 Quality of work.- 4 Quality of consultative adsicc provided on the project. Professionalism and ability to manage personnel. 5 6 Project administration (completed documents, final invoice, final product turnover; i I invoices: manuals or going forward documentation, etc.) Ability to verbally communicate and document information clearly and succinctl\ I 9 I j 7 8 Abiltity to manage risks and unexpected project circumstances. /O 9 i Ability to follow contract documents, policies, procedures, rules, regulations, etc. _ l In Overall comfort level with hiring the company in the future (customer satisfaction)- TOTAL SCORE OF ALL ITEMS _ J, 6/2612019 9:40 AM p. 38 Packet Pg. 575 0 01N Coder Cowin, Reference Questionnaire Solicitation: ce (\ame of Company Requesting Reference Iniofination) Collier County Community Redevelopment Agency - Immokalee Community Rede\elopment area (Name of Individuals Requesting Reference Int'Ormation i \ame: Armando Yzaquirre ( Evaluator completing reference questionnaire) Email: Arman .corn FAX: Company: A&M Propem Maintenance ( Evaluator's Company completing reference) Telenhone: 239-503-0 303 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they ha\e previously performed work. Please complete the survey. Please rate each criteria to the best ofyour knowledge on a scale of I to 10. with 10 representing that you were yen satisifed (and would hire the firm individual again) and I representing that you were very unsatisfied and would never hire the firm indi\dival again). If you do not have sufficient knowledge of past performance in a particular area. leave it blank and the item or form will be scored " 0." =1 7-7197 - Immokalee NISI L Project Description: Roadwa\ Landscape Maintenance Completion Date: I chruan 12.2021 Project Budget: 5300.000 per year IS6t0.000 for 3 year p`nodi roject \umber of Days: 365 days per year (3 year renewal) Item Citeris SWM I Ability to manage the project costs (minimize change orders to scope). 10 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents. final invoice. final product turno%er. invoices: manuals or going forward documentation. etc.) 10 7 Ability to verbalh communicate and document information clearly and succinctly. i) 8 Abiltity to manage risks and unexpected project circumstances. I O 9 Ability to follow contract documents. policies. procedures. rules. regulations. etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Packet Pg. 576 DocuSign Envelope ID: 68C04FE4-0565-46D8-A04C-31 BD21`288208 ',, 16.D.2.c 00111'ev County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 20-7724 Title: Golden Gate Beautification MSTU Grounds Maintenance Due Date and Time: March 20, 2020 at 3:00 PM Respondents: Company Name City County State Bid Amount Responsive/ Responsible Mainscape, Inc. Naples Collier FL *See Bid Tab* Yes/Yes A&M Property Maintenance, LLC Ave Maria Collier FL *See Bid Tab* Yes/Yes Superior Landscaping & Lawn Service, Inc. Ft. Myers Lee FL *See Bid Tab* Yes/Yes Ground Zero Landscaping Service, Inc. Naples I Collier I FL I *See Bid Tab* Yes/Yes Hannula Landscaping and Irrigation, Inc. Ft. Myers Lee FL *See Bid Tab* Yes/Yes Superb Landscape Services, Inc. Naples Collier FL *See Bid Tab* Yes/Yes Utilized Local Vendor Preference: Yes 0 No - Recommended Vendors) For Award: On February 18, 2020, the Procurement Services Division released Invitation to Bid 20-7724 to Nine Thousand Eight Hundred Sixty -Five (9865) vendors for the "Golden Gate Beautification MSTU Grounds Maintenance" project. Sixty (60) bid packages were reviewed and Six (6) submittals were received by the March 20, 2020 deadline. Staff reviewed the bids received and deemed Mainscape, Inc. the low responsive and responsible bidder, and A&M Property Maintenance, LLC, the second lowest responsive and responsible bidder. Both bidders were contacted to resolve minor irregularities. Staff recommends awarding to Mainscape, Inc. as Primary and A&M Property Maintenance, LLC as Secondary, as further outlined in the Bid Tab. Contract Driven = Purchase Order Driven 0 Docusigned by: Required Signatures Project Manager: '�—CM551949ABE4D2... Procurement Strategist: DocuSigned by: Pro urw6nt Services Director: t! 4/14/2020 ItCCC8279B554F5... 4/14/2020 4/14/2020 Sandra Herrera Date Packet Pg. 577 DocuSign Envelope ID: 68C04FE4-0565-46D8-A04C-31BD2F288208 Project Manager: Dan Schumacher ITB # 20-7724 Notifications Sent: 16.D.2.0 Procurement Strategist: Lisa Oien GOLDEN GATE BEAUTIFICATION MSTU GROUNDS MAINTENANCE Downloaded: 60 Submissions: 6 SECTION 1: Improved Medians - Work Area Id Bidder Name: Mainscape, Inc. A&M Property Maintenance, LLC Superior Landscaping & Lawn Service, Inc. Ground Zero Landscaping Service Inc. Haircuts, Landscaping and Irrigation, Inc. Superb Landscape Services, Inc. A. IMPROVED MEDIANS - Not Irrigated Item Deuription Qty UOM UN[Prire Total Qty UOM Uni[Prire Total Qty' UOM Unit PriC¢ Total Qty UOM UN[Prire Total Qty UOM UN[Prire Total Qty UOM Uvit Pdtt Total l 18dt Ave SW al 40th TerSW: Median -Ed eon' &Items 6,7&8 Bi-Week' 26 Week $ 14.82 $ 385.32 26 Week $ 50.00 $ 1,300.00 26 Week $ 35.00 $ 910.00 26 Week $ 150.00 $ 3,900.00 26 Week $ II'LM $ 1,950.00 26 Week $ 100.00 $ 2,600.00 2 18th P1e SW Sunset Rd: Mediau-Ed eon' &Items 6,7&8 Bi-Week' 26 Week $ 14.82 $ 38532 26 Week $ 50.00 $ 1,300.00 26 Week $ 35.00 $ 9M00 26 Week $ 200.00 $ 5,200.00 26 Week $ 75.00 $ 1,950.00 26 Week $ 100.00 $ 2,600.00 SECTION 1: Sunshine Blvd - Work Area lb EXHIBIT A: Sheet No. 2 B. ROUTINE MAINTENANCE Item Deeription Qty UOM Unit 1- Total Qty UOM Unit Prise Total Qty UOM Unit Price Total Qty UOM Unit Prise Total Qty UOM Unit Price Total Qty UOM ths. P.. Tote) 3 Pre -Service Trash &Debris Removal -All Areas (including Items l&2, above) 52 Week $ 68.41 $ 3,557.32 52 Week $ 100.00 $ 5,200.00 52 Week $ 35.00 $ 1,820.00 52 Week $ 100.00 $ 5,200.00 52 Week $ 75.00 $ 3,900.00 52 Week $ 300.00 $ 15,600.00 4 Mowing & Edging - Media ns 52 Week $ 46.24 $ 2,404.48 52 Week $ 150.00 $ 7,800.00 52 Week $ 383.00 $ 19,916.00 52 Week $ 200.00 $ 10,400.00 52 Week $ 200.00 $ 10,400.00 52 Week $ 250.00 $ 13,000.00 - Mowing&Edging - Side ROW's,(1) Commercial Mower Pass (Bi-Weekly) 26 Week $ 22.23 $ 577.98 26 Week $ 150.00 $ 3,900.00 26 Week $ 140.00 $ 3,640.00 26 Week $ 150.00 $ 3,900.00 26 Week $ 130.00 $ 3,380.00 26 Week $ 50.00 $ 1,300.00 6 Weeding - Medians - Hand&Chemical 52 Week $ 67.09 $ 3,488.68 52 Week $ 125.00 $ 6,500.00 52 Week $ 196.00 $ 10,192.00 52 Week $ 100.00 $ 5,200.00 52 Week $ 300.00 $ 15,600.00 52 Week $ 500.00 $ 26,000.00 7 General Site Trimming&Pruning - Medians (Bi-Weekly) 26 Week $ 361.05 $ 9,387.30 26 Week $ 300.00 $ 7,800.00 26 Week $ 479.00 $ 12,454.00 26 Week $ 350.00 $ 9,100.00 26 Week $ 600.00 $ 15,600.00 26 Week $ 25.00 $ 650.00 8 Post -Service Cleaning - All Areas 52 Week $ 34.20 $ 1,778.40 52 Week $ 100.00 $ 5,200.00 52 Week $ 35.00 $ 1,820.00 52 Week $ 150.00 $ 7,800.00 52 Week $ 85.00 $ 4,420.00 52 Week $ 500.00 $ 26,000.00 C. AREA SPECIFIC PESTICIDES - Contractor supplies all chemicals & application Item Description to, UOM Unit I- Toth Qty UOM Unit Prise Toth Qty UOM Unit Price Toth Qty UO1I Unit Prim. Total Qty UOM unit-e Total Qty u- van Pritt Total 9 Groundeover, Shrubs, & Trees: Insecticides, applied to total roadway and areas as needed per Month 12 Mouth $ 80.63 $ 967.56 12 Mouth $ 25.00 $ 300.00 12 Mouth $ 81.00 $ 972.00 12 Month $ 200.00 $ 2,400.00 12 Mouth $ 200.00 $ 2,400.00 12 Month $ 25.00 $ 300.00 10 Groundcover, Shrubs, & Trees: Fungicides, applied to total roadway and areas as needed per Month 12 Mouth $ 80.63 $ 967.56 12 Mouth $ 25.00 $ 300.00 12 Mouth $ 81.00 $ 972.00 12 Month $ 200.00 $ 2,400.00 12 Mouth $ 200.00 $ 2,400.00 12 Month $ 25.00 $ 300.00 11 Groundcover, Shrubs, & Trees: Herbicides, applied to total roadway and areas as needed per Month 12 Mouth $ 145.25 $ 1,743.00 12 Mouth $ 25.00 $ 300.00 12 Mouth $ 81.00 $ 972.00 12 Month $ 200.00 $ 2,400.00 12 Mouth $ 195.00 $ 2,340.00 12 Month $ 25.00 $ 300.00 11 Turf. Insecticides & Fungicides, applied to total roadway and areas as needed per Month 12 Mouth $ 47.13 $ 565.56 12 Mouth $ 25.00 $ 300.00 12 Mouth $ 81.00 $ 972.00 12 Month $ 375.00 $ 4,500.00 12 Mouth $ 300.00 $ 3,600.00 12 Month $ 25.00 $ 300.00 12 Turf: Herbicides, applied to total roadway and was as needed per Month 12 Mouth $ 53.56 $ 642.72 12 Mouth $ 25.00 $ 300.00 12 Mouth $ 81.00 $ 972.00 12 Month $ 350.00 $ 4,200.00 12 Mouth $ 250.00 $ 3,000.00 12 Month $ 25.00 $ 300.00 D. IRRIGATION MAINTENANCE - requires CeB Phone access to WeatherTRAK controller for Wet -Checks at. D-6ption Qty UOM unit Prire Total Qty UOM Unit Prise Toth Qty UOM Unit Price Toth to, UOM UNt Prise Toth Qty UOM Unit Prise Total Qty UOM ran Pritt TO. 13 1 Irrigation System Inspection & Wet -Check (Bi-Weekly) 26 Week $ 186.90 $ 4,859.40 26 Week $ 250.00 $ 6,500.00 26 Week $ 155.00 $ 4,030.00 26 Week $ 200.00 $ 5,200.00 26 Week $ 215.00 $ 6,370.00 26 Week $ 400.00 $ 10,400.00 SECTION 2: Tropicana Blvd & PEDESTRIAN SHELTERS -Work Areas lc & le (Medians & Side ROW) EXHIBIT A: Sheet No. 3 E. ROUTINE MAINTENANCE Item Description Qty UOM Unit Prise Total Qty UOM Unit Prise Total Qty UOM Unit Price Total Qty UOM UNt Prise Total Qty UOM UNt Prise Total Qty UOM Unit Prim Total l4 Pre -Service Trash &Debris Removal - All Areas 52 Week $ 56.75 $ 2,951.00 52 Week $ 100.00 $ 5,200.00 52 Week $ 35.00 $ 1,820.00 52 Week $ 100.00 $ 5,200.00 52 Week $ 75.00 $ 3,900.00 52 Week $ 300.00 $ 15,600.00 15 Mowing&Edging - Medians 52 Week $ 56.58 $ 2,942.16 52 Week $ 150.00 $ 7,800.00 52 Week $ 479.00 $ 24,908.00 52 Week $ 250.00 $ 13,000.00 52 Week $ 200.00 $ 10,400.00 52 Week $ 250.00 $ 13,000.00 16 Mowing&Edging - Side ROW's,(1) Commercial Mower Pass (Bi-Weekly) 26 Week $ 34.37 $ 893.62 26 Week $ 150.00 $ 3,900.00 26 Week $ 210.00 $ 5,460.00 26 Week $ 150.00 $ 3,900.00 26 Week $ 130.00 $ 3,380.00 26 Week $ 50.00 $ 1,300.00 17 Weeding - Medians - Hand&Chemical 52 Week $ 74.02 $ 3,849.04 52 Week $ 125.00 $ 6,500.00 52 Week $ 230.00 $ 11,960.00 52 Week $ 150.00 $ 7,800.00 52 Week $ 300.00 $ 15,600.00 52 Week $ 500.00 $ 26,000.00 18 General Site Trimming&Pruning- Medians (Bi-Weekly) 26 Week $ 412.12 $ 10,715.12 26 Week $ 300.00 $ 7,800.00 26 Week $ 574.00 $ 14,924.00 26 Week $ 400.00 $ 10,400.00 26 Week $ 600.00 $ 15,600.00 26 Week $ 25.00 $ 650.00 l9 Pos-S.rvice Cleaning -All At... 52 Week $ 34.19 $ 1,77T88 52 Week $ 100.00 $ 5,200.00 52 Week $ 35.00 $ 1,820.00 52 Week $ 100.00 $ 5,2WN 52 Week $ 130.00 $ 6,760.00 52 Week $ 500.00 $ 26,000.00 F. AREA SPECIFIC PESTICIDES - Contractor supplies all chemicals & application Item Description Qty tom Unit Prise Total Qty UOM Unit Prise Total Qty UOM Unit Price Total Qty UOM Unit Price Total Qty UOM Unit Price Total Qty UOM Unit Prim Toth l9 Granndeover, Shrubs, & Trees: insecticides, applied to total roadway and areas as needed per Month l2 Mouth $ 82.14 $ 985.68 l2 Month $ 25.00 $ 300.00 l2 Mouth $ 81.00 $ 972.00 l2 Month $ 375.00 $ 4,500.00 12 Mouth $ 175.00 $ 2,100.00 12 Month $ 25.00 $ 300.00 20 Graunder vet, Shrubs, & Trees: Fungicides, applied to total roadway and areas as needed per Month l2 Month $ 82.14 $ 985.68 l2 Month $ 25.00 $ 300.00 12 Month $ 81.00 $ 972.00 12 Month $ 200.00 $ 2,400.00 12 Month $ 250.00 $ 3,000.00 12 Month $ 25.00 $ 300.00 2l Gronndeover, Shrubs, & Trees: Herbicides, applied to total roadway and areas as needed per Month l2 Month $ 160.25 $ 1,923.00 12 Month $ 25.00 $ 300.00 12 Month $ 81.00 $ 972.00 12 Month $ 200.00 $ 2,400.00 12 Month $ 195.00 $ 2,340.00 12 Month $ 25.00 $ 300.00 2l Turf. Insecticides & Fungicides, applied to total roadway and areas as needed per Month l2 Month $ 57.77 $ 693.24 12 Month $ 25.00 $ 300.00 12 Month $ 81.00 $ 972.00 12 Month $ 300.00 $ 3,600.00 12 Month $ 325.00 $ 3,900.00 12 Month $ 25.00 $ 300.00 22 1 Turf. Herbicides, applied to total roadway and areas as needed per Month l2 Month $ 65.99 $ 791.88 l2 Month $ 25.00 $ 300.00 l2 Mouth $ 81.00 $ 972.00 l2 Mouth $ 300.00 $ 3,600.00 12 Mouth $ 300.00 $ 3,600.00 12 Month $ 25.00 $ 300.00 G. IRRIGATION MAINTENANCE - requires Cell Phone access to WeatherTRAK controller for Wet -Checks Item Description Qty UOM unitPrim Total Qty UOM Unit Prim Total Qty UOM Unit Price -1 Qty UOM unitPrim Total Qty UOM unit Price Tohl Qty UOM Unit Prim Total 23 1 Irrigation System Inspection &Wet -Check (Bi-Weekly) 26 Week $ 201.18 $ 5,230.68 26 Week $ 250.00 $ 6,500.00 26 Week $ 155.00 $ 4,030.00 26 Week $ 200.00 $ 5,200.00 26 Week $ 245.00 $ 6,370.00 26 Week $ 400.00 $ 10,400.00 SECTION 3: Coronado Pkwy -Work Area if (Medians & Side ROW) EXHIBIT A: Sheet No. 4 Page 1 of 5 Packet Pg. 578 DocuSign Envelope ID: 68C04FE4-0565-46D8-A04C-31BD2F288208 Project Manager: Dan Schumacher Procurement Strategist: Lisa Oien ITB # 20-7724 GOLDEN GATE BEAUTIFICATION MSTU GROUNDS MAINTENANCE Notifications Sent: 16.D.2.0 Downloaded: 60 Rnhmiccinnr R Item Desttlpllon Qty UOM tvit Priee Tn�,J Qty 1-11 lnit Priax Tu��J Qty 1-11 U it PCIC¢ Total Qty UOM Unit Priee Total Qty UOM Unit Price Total Qty UOM Uvlt en- Total H. ROUTINE MAINTENANCE Item Description Qty UOM Unit Price Total Qty UOM Unit Price Total Qty UOM Unit Price Total Qty UOM Unit Price Total Qty UOM Unit Price Total Qty UOM Unit Price Total 24 Pre -Service Trash &Debris Removal - All Areas 52 Week $ 63.10 $ 3,281.20 52 Week $ 125.00 $ 6,500.00 52 Week $ 53.00 $ 2,756.00 52 Week $ 250.00 $ 13,000.00 52 Week $ 75.00 $ 3,900.00 52 Week $ 300.00 $ 15,600.00 25 Mowing&Edging - Medians 52 Week $ - $ - 52 Week $ 50.00 $ 2,600.00 52 Week $ 383.00 $ 19,916.00 52 Week $ 175.00 $ 9,100.00 52 Week $ 125.00 $ 6,500.00 52 Week $ 0.01 $ 0.52 26 Mowing&Edging-Side ROW's,(1) Commercial Mower Pass (Bi-Weekly) 26 Week $ 45.77 $ 1,190.02 26 Week $ 100.00 $ 2,600.00 26 Week $ 140.00 $ 3,640.00 26 Week $ 150.00 $ 3,900.00 26 Week $ 150.00 $ 3,900.00 26 Week $ 50.00 $ 1,300.00 27 Weeding - Medians - Hand&Chemical 52 Week $ 95.39 $ 4,960.28 52 Week $ 125.00 $ 6,500.00 52 Week $ 207.00 $ 10,764.00 52 Week $ 300.00 $ 15,600.00 52 Week $ 300.00 $ 15,600.00 52 Week $ 500.00 $ 26,000.00 28 General Site Trimming&Pruning- Medians (Bi-Weekly) 26 Week $ 530.29 $ 13,787.54 26 Week $ 500.00 $ 13,000.00 26 Week $ 574.00 $ 14,924.00 26 Week $ 400.00 $ 10,400.00 26 Week $ 600.00 $ 15,600.00 26 Week $ 25.00 $ 650.00 29 Post -Service Cleaning -AII Areas 52 Week $ 34.30 $ 1,783.60 52 Week $ 100.00 $ 5,200.00 52 Week $ 53.00 $ 2,756.00 52 Week $ 175.00 $ 9,100.00 52 Week $ 75.00 $ 3,900.00 52 Week $ 500.00 $ 26,000.00 L AREA SPECIFIC PESTICIDES - Contractor supplies all chemicals & application hem Deurlpnon Qty UOM Unll Prls, TOKI Qty UOM Unit Prlre Total Qty UOM Unit Price Total Qty UOM uss Price Totnl Qty UOM Unll Prlre Total Qty UOM U.. Pdtt T.I. 30 Groundcover, Shrubs, & Trees: Insecticides, applied to total roadway and areas as needed per Month 12 Month $ 107.40 $ 1,288.80 12 Month $ 25.00 $ 300.00 12 Month $ 88.00 $ 1,056.00 12 Month $ 200.00 $ 2,400.00 12 Month $ 275.00 $ 3,300.00 12 Month $ 25.00 $ 300.00 31 Groundcover, Shrubs, & Trees: Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 107.41 $ 1,288.92 12 Month $ 25.00 $ 300.00 12 Month $ 99.00 $ 1,056.00 12 Month $ 200.00 $ 2,400.00 12 Month $ 275.00 $ 3,300.00 12 Month $ 25.00 $ 300.00 32 Groundcover, Shrubs, & Trees: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 206.51 $ 2,478.12 12 Month $ 25.00 $ 300.00 12 Month $ 88.00 $ 1,056.00 12 Month $ 200.00 $ 2,400.00 12 Month $ 250.00 $ 3,000.00 12 Month $ 25.00 $ 300.00 32 Turf. Insecticides & Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 106.91 $ 1,282.92 12 Month $ 25.00 $ 300.00 12 Month $ 88.00 $ 1,056.00 12 Month $ 150.00 $ 1,800.00 12 Month $ 325.00 $ 3,900.00 12 Month $ 25.00 $ 300.00 33 Turf, Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 27.88 $ 334.56 12 Month $ 25.00 $ 300.00 12 Month $ 88.00 $ 1,056.00 12 Month $ 125.00 $ 1,500.00 12 Month $ 325.00 $ 3,900.00 12 Month $ 25.00 $ 300.00 J. IRRIGATION MAINTENANCE - requires Cell Phone access to WeatherTRAK controller for W t-Cherks Item Descciplioo Qty UOM Unll Pdte Total Qty UOM Unit Price Total Qty UOM Unit Price Total to, UOM Unit Price Tolnl to, UOM Unit Price Total Qty UOM Ualt Prltt Total 34 1 Irrigation System Inspection &Wet -Check (Bi-Weekly) 26 Week $ 187.42 $ 4,872.92 26 Week $ 250.00 $ 6,500.00 26 Week $ 155.00 $ 4,030A0 26 we6 $ 200.00 $ 5,200.00 26 Week $ 245.00 $ 6,370.00 26 Week $ 400.00 $ 10,400.00 SECTION 4: Hunter Blvd -Work Area lg (Medians & Side ROW) EXHIBIT A: Sheet No. 5 K. ROUTINE MAINTENANCE Item Description Qty UOM Unit Price Total Qty UOM Unit Price Total Qty UOM Unit Price Total Qty UOM Unit Price Total Qty UOM Unit Price Total Qty UOM Unit Price Total 35 Pre -Service Trash&Debris Removal - All Areas 52 Week $ 68.51 $ 3,562.52 52 Week $ 125.00 $ 6,500.00 52 Week $ 70.00 $ 3,640.00 52 Week $ 250.00 $ 13,000.00 52 Week $ 75.00 $ 3,900.00 52 Week $ 300.00 $ 15,600.00 36 Mowin &Ed in -Medians 52 Week $ $ 52 Week $ 50.00 $ 2,600.00 52 Week $ 383.00 $ 19,916.00 52 Week $ 175.00 $ 9,100.00 52 Week $ 125.00 $ 6,500.00 52 Week $ oAl $ 0.52 37 Mowin &Ed w -Side ROW's, 1 Commercial Mower Pass Bi-Weekl 26 Week $ 53.44 $ 1,389.44 26 Week $ 100.00 $ 2,600.00 26 Week $ 140.00 $ 3,640.00 26 Week $ 200.00 $ 5,200.00 26 Week $ 130.00 $ 3,380.00 26 Week $ 50.00 $ 1,300.00 38 Weedin -Medians-Hand&Chemical 52 Week $ 115.24 $ 5,992.48 52 Week $ 125.00 $ 6,500.00 52 Week $ 218.00 $ 11,336.00 52 Week $ 300.00 $ 15,600.00 52 Week $ 300.00 $ 15,600.00 52 Week $ 500.00 $ 26,000.00 39 General Site Trimmin &Prunin -Medians Bi-Weekl 26 Week $ 652.28 $ 16,959.28 26 Week $ 500.00 $ 13,000.00 26 Week $ 670.00 $ 17,420.00 26 Week $ 500.00 $ 13,000.00 26 Week $ 600.00 $ 15,600.00 26 Week $ 25.00 $ 650.00 40 Post -Service Cleanin -AII Areas 52 Week $ 34.26 $ 1,781.52 52 Week $ 100.00 $ 5,200.00 52 Week $ 70.00 $ 3,640.00 52 Week $ 200.00 $ 10,400.00 52 Week $ 150.00 $ 7,800.00 52 Week $ 500.00 $ 26,000.00 L. AREA SPECIFIC PESTICIDES - Contractor supplies all chemicals & application aem I De poon in, UOM Uvl[Prlre Total Qty MOM Uvll Prlte Totnl Qty UOM Unit Price Totnl Qty UOM Uvl[Prlre Total Qty UOM Uvl[Prlre Total Qty UOM Uvlt Prltt Tn[al 41 Groundcover, Shrubs- & Trees: Insecticides, applied to total roadway and areas as needed net Month 12 Month $ 130.46 $ 1,565.52 12 Month $ 25.00 $ 300.00 12 Month $ 101.00 $ 1,212.00 12 Month $ 250.00 $ 3,000.00 12 Month $ 325.00 $ 3,900.00 12 Month $ 25.00 $ 300.00 42 Groundcoven Shrubs, & Trees: Funeicides, applied to total roadwav and areas as needed oer Month l2 Month $ 130.45 $ 1,565.40 l2 Month $ 25.00 $ 300.00 12 Month $ 101.00 $ 1,212.00 l2 Month $ 250.00 $ 3,000.00 12 Month $ 325.00 $ 3,900.00 12 Month $ 25.00 $ 300.00 43 Groundcover, Shrubs. & Trees: Herbicides- applied to total roadway and areas as needed per Month l2 Month $ 249.49 $ 2,993.88 12 Month $ 25.00 $ 300.00 12 Month $ 101.00 $ 1,212.00 12 Month $ 400.00 $ 4,800.00 12 Month $ 300.00 $ 3,600.00 12 Month $ 25.00 $ 300.00 43 Turf, Insecticides & Funeicides, applied to total roadway and areas as needed oer Month l2 Month $ 128.62 $ 1,543.44 l2 Month $ 25.00 $ 300.00 l2 Month $ 101.00 $ 1,212.00 l2 Month $ 150.00 $ 1,800.00 l2 Month $ 300.00 $ 3,600.00 12 Month $ 25.00 $ 300.00 44 Turf. Herbicides, applied to total roadway and areas as needed oer Month 12 Month $ 32.60 $391+20 12 Month $ 25.00 $300.00 12 Month $ 101.00 $ 1,212+00 12 Month $ 150.00 $ 1,800+00 12 Month $ 300.00 $ 3,600.00 12 Month $ 25.00 $ 300.00 M. IRRIGATION MAINTENANCE - requires Ce6 Phone access to WeatherTRAK controller for Item Description Qry UOM Unit Priee Total Qty UOM Unit Price Total Qty UOM Unit Price Total Qty UOM Unit Priee Total Qty TOM Unit Price Total Qty UOM Unit Priee Total 45 brieation Svsteminsnection&Wet-Check Bi-Weekly) 26 Week $ 201.59 $ 5,24134 26 We ek $ 250.00 $ 6,500.00 26 Week $ 155.00 $ 4,030.00 26 Week $ 250.00 $ 6,500.00 26 Week $ 245.00 $ 6,370.00 26 Week $ 400.00 $ 10,400.00 N. STAFF SERVICES REGULAR LABOR HOURS ITT Description UOM Unit Price Total UOM Unit Price Total UOM Unit Price Total UOM Unit Price Total UOM Unit Price Total UOM Unit Price Total 46 Landsca a Su ern base: 40 Hour $ 55.00 $ 2,200.00 40 Hour $ 75.00 $ 3,000.00 40 Hour $ 65.00 $ 2,600.00 40 Hour $ 55.00 $ 2,200.00 40 Hour $ 65.00 $ 2,600.00 40 Hour $ 85.00 $ 3,400.00 47 LandscapeLaborersor base: 40 Hour $ 35.00 $ 1,400.00 40 Hour $ 50.00 $ 2,000.00 40 Hour $ 35.00 $ 1,400.00 40 Hour $ 45.00 $ 1,800.00 40 Hour $ 48.00 $ 1,920.00 40 Hour $ 75.00 $ 3,000.00 48 lop ation Supervisor base: 40 Hour $ 75.00 $ 3,000.00 40 Hour $ 75.00 $ 3,000.00 40 Hour$ 55.00 $ 2,200.00 40 Hour $ 65.00 $ 2,600.00 40 Hour $ 70.00 $ 2,800.00 40 Hour $ 85.00 $ 3,400.00 49 1 Irrigation Technician base: 40 Hour $ 75.00 $ 3,000+00 40 Hour $ 50.00 $ 2,000.00 40 Hour $ 45.00 $ 1,800.00 40 Hour $ 50.00 $ 2,000.00 40 Hour $ 54.00 $ 2,160.00 40 Hour $ 85.00 $ 3,400.00 AFTER HOURS LABOR HOURS(pre-approved by the Pro'ect Manager) Item Description QrY UOM Unit Price Total Qly UOM Unit Price Total QtY UOM Unit Price Total ore UOM Unit Price Total Qly UOM Unit Price Total Oty UOM Unit Price Total 50 Landscape Supervisor base: 6:01 It or. - 5:59 a.m. 2 Hour $ 55.00 $ Ho.00 2 Hour $ 100.00 $ 200.00 2 Hour $ 75.00 $ 150.0o 2 Hour $ 83.00 $ 166.00 2 Hour $ 97.00 $ 194.00 2 HOW $ 85.00 $ 170.00 5l Landscape Laborer base: 6:01 n.m. - 5:59 a.m. 2 Hour$ 45.00 $ 90.00 2 Hour$ 75.00 $ 150.00 2 Hour$ 45.00 $ 90.00 2 Hour $ 68.00 $ 136.00 2 Hour$ 72.00 $ 144.00 2 Hour $ 75.00 $ 150.00 52 Irrigation Supervisor base: 6:01 p.m. - 5:59 a.m. 2 Hour $ 85.00 $ 170.00 2 Hour $ 100.00 $ 200.00 2 Hour $ 75.00 $ 150.00 2 Hour $ 98.00 $ 196.00 2 Hour $ 105.00 $ 210.00 2 Hour $ 85.00 $ 170.00 53 Irrigation Technician base: 6:01 It- - 5:59 a.m. 2 Hour $ 85.00 $ 170.00 2 Hour $ 75.00 $ 150.00 2 Hour $ 55.00 $ 110.00 2 Hour $ 75.00 $ 150.00 2 Hour $ 81,00 $ 162.00 2 Hour $ 85.00 $ 170.00 BASE SERVICES BID I (items 1 - 53) 1 $ 155,124.48 1 (items 1 - 53) 1 $ 190,900.00 1 (items 1 - 53) 1 $ 272,582.00 1 (items 1 - 53) $ 312,248.00 1 (items 1 - 53) 1 $ 315,370.00 1 (Items I - 53) $ 370,861.04 1 54 „ _ .. - -„ .. 1 1 Hour $ 65.00 1 $ 65.00 1 1 1 Hour $ 75.00 1 $ 75.00 1 1 1 Hour I $ 85.00 1 $ 85.00 1 1 1 Hour $ 83.00 1 $ 83.00 1 1 1 Hour $ 97.00 1 $ 97.00 1 1 1 Hour $ 100.00 1 $ 100.00 1 Page 2 of 5 Packet Pg. 579 DocuSign Envelope ID: 68C04FE4-0565-46D8-A04C-31BD2F288208 Project Manager: Dan Schumacher ITB # 20-7724 Notifications Sent: 16.D.2.0 Procurement Strategist: Lisa Oien GOLDEN GATE BEAUTIFICATION MSTU GROUNDS MAINTENANCE Downloaded: 60 Submissions: 6 aem Description Qty UOM Dolt Pri[e Total Qty UOM1I 1-Priee TomJ Qty UOM UnitPZ Total Qty UOM -1Priee Total Qty UOM unit Priee Total -1 UOM Uvlt Priee Total 55 Landscape Laborer 9:00 p.m. Friday - 5:59 a.m. Mondav l Hour $ 55.00 $ 55.00 l Boa, $ 50.00 $ 50.Oo l Hour $ 65.00 $ 65.00 l Hour$ 68.00 $ 68uO 1 Hour $ 72.00 $ 72.00 1 Hour $ 100.00 $ 1oo.0o 54 Irrigation Supervisor 9:00 p.m. Friday - 5:59 a.m. Monday 1 Hour $ 95.00 $ 95.00 1 Hour $ 75.00 $ 75.00 1 Hour $ 75.00 $ 75.00 1 Hour $ 98.00 $ 98.00 1 Hour $ 105.00 $ 105.00 1 Hour $ lo0.o0 $ 1oo.0o 55 Imgation Technician 9:o0 p.m. Friday- 5:59 a.m. Monday l Hour$ 95.00 $ 95.00 l Hour$ 50.00 $ 50.00 l Hour$ 55.0o $ 55.00 l Ham $ 75.00 $ 75.00 1 Hour$ 81.00 $ 81.0o 1 Hom $ 100.00 $ 1oo.0o FERTILIZATION: Turf Gromdcover, Shrub Tre & Palm 56 8-0-12-180 Appmx t30 bags total @ 50 lb/bag, 2 apps/year (65+65) - Application Price/bag Turf, Groundcoven Shrubs, Trees t30 50 LB Bag $ 15.50 $ 2,015.00 t30 50 LB Bag $ 12.00 $ 1,560.00 130 50 LB Bag $ 45.00 $ 5,850.00 130 50 LB Bag $ 4.00 $ 520.00 t30 50 LB Bag $ 65.00 $ 8,450.00 130 50 LB Bag $ 20.00 $ 2,600.00 57 p-022 (So-Po-Mag) Approx 4 bags total @ 50 lb/bag, 2 apps/year (2+2) - Application Pricelbag a� 2 50 LB Bag $ 10.50 $ 21.00 2 50 LB Bag $ 12.00 $ 24.00 2 50 LB Bag $ 45.00 $ 90.00 2 50 LB Bag $ 4.00 $ 8.00 2 50 LB Bag $ 65.00 $ 130.00 2 50 LB Bag $ 50.00 $ 1oo.0o 58 Application labor rate only (Granular icrtili-, Micronutrients, Count, Supplied) 1 50 LB Bag $ 15.50 $ 15.50 1 50 LB Bag $ 12.00 $ 12.00 1 50 LB Bag $ 45.00 $ 45.00 1 50 LB Bag $ 4.00 $ 4.00 1 50 LB Bag $ 35.00 $ 35.00 1 50 LB Bag $ 50.00 $ 50.00 59 Application labor &materials (Drench) (Semuesrteue Iron. Comm- supplied) 1 Lump Sum $ 498.17 $ 498.17 1 Lump Sum $ 75.00 $ 75.00 1 Lump Sum $ 2,700.00 $ 2,700.00 1 Lump Sum $ 800.00 $ 8o0.o0 1 Lump Sum $ 65.00 $ 65.00 1 Lump Sum $ 250.00 $ 250.0o 60 Application labor & materials (20-20-20 w/Ferromec AC 13-0-0 plus 6 % Iron, Contractor supplied) l Lump Sum $ 909.33 $ 909.33 l Lump Sum $ 75.00 $ 75.00 l Lump Sum $ 2,900.00 $ 2,900.00 l Lump Sum $ 80o.0o $ 800.00 1 Lump Sum $ 55.0o $ 55.0o 1 Lump Sum $ 250.00 $ 250.00 ORNAMENTAL & TURF SPRAYING: Turf Gro m cover, Shrub, Tree and Palm Contractor supplied 61 Insecticides & Fungicides Application Labor & Materials (Folim) 1 Lump Sum $ 1,959.86 $ 1,959.86 1 Lump Sum $ 75.00 $ 75.00 1 Lump Sum $ 1,700.00 $ 1,700.00 1 Lump Sum $ 900.00 $ 9oo.00 1 Lump Sum $ 300.00 $ 300.00 1 Lump Sum $ 25.00 $ 25.00 62 Insecticides & Fungicides Application Labor & Materials (Drench) l Lump Sum $ 503.48 $ 503.48 l Lump Sum $ 75.00 $ 75.00 l Lump Sum $ 1,900.00 $ 1,900.00 l Lump Sum $ 1,200.00 $ 1,200.00 1 Lump Sum $ 300.00 $ 300.00 1 Lump Sum $ 2,500.00 $ 2,500.00 63 1 Insecticides & Fungicides Application Labor & Materials (Turf) 1 Lump Sum $ 231.78 $ 231.78 1 Lump Sum $ 75.00 $ 75.00 1 Lump Sum $ 1,500.00 $ 1,500.00 1 Lump Sum $ 900.00 $ 9o0.o0 1 Lump Sum $ 300.00 $ 300.00 1 Lump Sum $ 25.00 $ 25.00 64 1 Herbicides Application Labor & Materials (Pre- or Post- Emergent) I t Lump Sum $ 1,343.33 $ 043.33 t Lump Sum $ 75.00 $ 75.00 t Lump Sum $ 1,700.00 $ 1,700.00 t Lump Sum $ 1,200.00 $ 1,200.00 1 Lump Sum $ 300.00 $ 300.00 1 Lump Sum $ 25.00 $ 25.00 65 1 Herbicides Application Labor & Materials u 1 Lump Sum $ 910.45 $ 910.45 1 1 Lump Sum $ 75.00 $ 75.00 1 Lump Sum $ 1,500.00 $ 1,500.00 1 Lump Sum $ 900.00 $ 9oo.00 1 1 Lump Sum $ 300.00 $ 300.00 1 Lump Sum $ 25.00 $ 25.00 STRUCTURAL PRUNING Cano Trees April & Se tember Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 66 Virginia Live Oak 103 Each $ 75.00 $ 7,725.00 103 Each $ 75.00 $ 7,725.00 103 Each $ 75.00 $ 7,725.00 103 Each $ 75.00 $ 7,725.00 103 Each $ 175.00 $ 18,025.00 103 Each $ 85.00 $ 8,755.00 67 Dwar0tam ha l4 Each $ 15.50 $ 217.00 14 Each $ 50.00 $ 700.00 14 Each $ 20.00 $ 280.00 14 Each $ 25.00 $ 350.00 14 Each $ 48.00 $ 672.00 14 Each $ 0.01 $ 0.14 68 East Palatka Holly13 Each $ 15.50 $ 201.50 13 Each $ 50.00 $ 650.00 13 Each $ 20.00 $ 260.00 13 Each $ 50.00 $ 650.00 13 Each $ 55.00 $ 715.00 13 Each $ 0.01 $ 0.13 69 Floss Silk Trees 5 Each $ 55.00 $ 275.00 5 Each $ 50.00 $ 250.00 5 Each $ 20.00 $ 100.00 5 Each $ 100.00 $ 500.00 5 Each $ 115.00 $ 575.00 5 Each $ 85.00 $ 425.00 70 Hon KongOrchid 4 Each $ 15.50 $ 62.00 4 Each $ 50.00 $ 200.00 4 Each $ 25.00 $ 1o0.o0 4 Each $ 1oo.00 $ 400.00 4 Each $ 175.00 $ 700.00 4 Each $ 85.o0 $ 340.00 71 Hopi Cura, Myrtle 65 Each $ 15.50 $ 1,007.50 65 Each $ 30.00 $ 1,950.00 65 Each $ 25.00 $ 1,625.00 65 Each $ 55.00 $ 3,575.00 65 Each $ 125.00 $ 8,125.00 65 Each $ 0.01 $ 0.65 72 Other 1 -TBD o Each $ $ o Each $ $ 0 Each $ $ o Each $ $ o Each $ $ o Each $ o.ol $ 73 Other 2-TBD o Each $ $ o Each $ $ o Each $ $ o Each $ $ o Each $ $ o Each $ o.ot $ STRUCTURAL PRUNING (Palms) June Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Uoit Price Total 74 Alexander Palm ll5 Each $ 17.50 $ 2,O12.50 H5 Each $ 30.00 $ 3,450.00 115 Each $ 25.00 $ 2,875.00 115 Each $ 35.00 $ 4,025.00 115 Each $ 75.00 $ 8,625.00 115 Each $ o.ot $ 1.15 75 Paurotis/Ever lades Palm 16 Each $ 17.50 $ 280.00 16 Each $ 50.00 $ 800.00 16 Each $ 35.00 $ 560.00 16 Each $ 400.00 $ 6,400.00 16 Each $ 195.00 $ 3,120.00 16 Each $ 100.00 $ 1,600.00 76 Foxtail Palm 3 Each $ 17.50 $ 52.50 3 Each $ 30.00 $ 9o.00 3 Each $ 25.00 $ 75.00 3 Each $ 35.00 $ lo5.00 3 Each $ 175.00 $ 525.00 3 Each $ o.oi $ 0.03 77 Sabal Palm /Cabba ¢Palm 162 Each $ 17.50 $ 2,835.00 162 Each $ 50.00 $ 8,100.00 162 Each $ 45.00 $ 7,290.00 162 Each $ 39.00 $ 6,318.00 162 Each $ 65.00 $ 10,530.00 162 Each $ 25.00 $ 4,050.00 78 Other) -TBD o Each $ $ o Each $ $ o Each $ $ o Each $ $ o Each $ $ 0 Each $ oD1 $ 79 Other 2-TBD o Each $ $ o Each $ $ o Each $ $ o Each $ $ o Each $ $ o Each $ o.ol $ LIGHT POLE CLEARING ociparnre ue,t Une Prlre Total Unit Prlre Total Uaft I- Total Ualt Prlre Total Ualt Prlre Total Uvlt r- TO. 80 Lamp Pole Spider Webs -Remove from Irns face of Sxt�re, upon request (Appmx l5R height) t Hour $ 17.50 $ 17.50 1 Hour $ 25.00 $ 25.00 1 Hour $ 45.00 $ 45.00 1 Hour $ 45.00 $ 45.00 1 Hour $ 130.00 $ 130.00 1 Hour $ 125.00 $ 125.00 8l Lamp Pole Tree Limbs - Remove from lens face of fixture, upon removal (Appmx 155 height) l Ham $ 25.00 $ 25.00 l Ham $ 25.00 $ 25.00 1 Hour $ 45.00 $ 45.00 1 Ham $ 75.00 $ 75.00 1 Hour $ 130.00 $ 130.00 1 Hour $ 125.00 $ 125.00 MULCHING 2 cubic foot bags) Unit Priee Total Unit Priee TohI Unit Priee Total Unit Priee Total Unit Priee Total Unit Price Total 82 Application labor only rate (County supplied mulch) base 1,000 Bag $ 5.00 $ 5,000.00 1,000 I Bag $ 3.00 $ 3,000.00 1,000 Bag00. $ 2.50 $ 2,500 1,000 Bag $ 2050 $ 2,500.00 1,000 Bag $ 3.25 $ 3,250.00 1,000 Bag $ 4.00 $ 4,000.00 83 Application labor & materials rate (Contractor supplied mulch) 1 base 1,000 Bag $ 2.50 $ 2,500.00 1,000 Bag $ 6.00 $ 6,000.00 I'm Bag $ 5.o0 $ 5,0oo.00 1,000 Bag $ 7.00 $ 7,000.00 1,000 Bag $ 4.75 $ 4,750.00 1,000 Bag $ coo $ 6,000.00 PRESSURE CLEANING inclusive of all labor, materials eqipment to complete the work one Pdee Total ra,ftp a Total Ualt Prlre Total Umt Priee Total Unit Priee Total Uvit Price Total 84 1 Brick Pavers & Concrete Surfaces b 1,000 SQFT $ 0.22 $ 220.00 1,000 SQFT $ 0.50 $ 500.00 1,000 SQFT $ 3.75 $ 3,750.o0 1,000 SQFT $ 6.00 $ 6,000.00 1,000 SQFT $ 1.75 $ 1,750.00 1,000 SQFT $ 1.00 $ 1,000.0o TREE& PALM MAINTENANCE SERVICES Unit Rive Total Unit Priee Total unk Rive Total Unit Priee Total Unit Priee Total Unit Price Total 85 Staking Small Canopy Tree (2.2 posts and -ire. 4". 6" caliper) 1 Each $ 42.00 $ 42.00 1 Each $ 1oo.00 $ lo0.o0 1 Each $ 180.00 $ 180.o0 1 Each $ 200.00 $ 200.00 1 Each $ 200.00 $ 200.00 1 Each $ 250.00 $ 250.00 86 Staking Large Canopy Tree (2x4 posts, erecter than 6" caliper) l Each $ 82.00 $ 82.00 l Each $ 125.00 $ 125.00 1 Each $ 240.00 $ 240.00 l Each $ 400.00 $ 400.00 1 Each $ 345.00 $ 345.00 1 Each $ 300.00 $ 300.00 87 Staking Small Palm (22 posts and an, wire. 4". 6" caliper) 1 Each $ 42.00 $ 42.00 1 Each $ 60.00 $ Woo 1 Each $ 95.00 $ 95.00 1 Each $ 200.00 $ 200.00 1 Each $ 200.00 $ 200.00 1 Each $ 250.00 $ 250.00 88 Staking Large Palm (2x4 posts, ¢renter than 6" caliper) l Each $ 82.00 $ 82.00 l Each $ 80.00 $ Woo l Each $ 175.00 $ 175.00 l Each $ 400.00 $ 400.00 1 Each $ 345.00 $ 345.00 1 Each $ 300.00 $ 300.00 89 Restanding and Staking Small Canopy Tree 22 posts and guy wire. 4"- 6" caliper) 1 Each $ 42.00 $ 42.00 1 Each $ 200.00 $ 200.00 1 Each $ 125.00 $ 125.00 1 Each $ 400.00 $ 400.00 1 Each $ 270.00 $ 270.00 1 Each $ 700.00 $ 700.00 90 Resmkmg Large Canopy Tree (2x4 posts, ¢rester than 6" caliper) l Each $ 82.00 $ 82.00 l Each $ 250.00 $ 250.00 1 Each $ 240.00 $ 240.00 l Each $ 400.00 $ 400.00 1 Each $ 430.00 $ 430.00 1 Each $ 800.00 $ 800.0o 91 Restanding and Staking Small Palm (4"- 6" Caliper) 1 Each $ 92.00 $ 92.00 1 Each $ 200.00 $ 200.00 1 Each $ 95.00 $ 95.00 1 Each $ 400.00 $ 400.00 1 Each $ 270.00 $ 270.00 1 Each $ 700.00 $ 700.00 92 Restanding and Staking Large Palm (Caliper greater than 6") l Each $ 270.00 $ 270.00 l Each $ 250.00 $ 250.00 1 Each $ 225.00 $ 225.00 l Each $ 1,500.00 $ 1,500.00 1 Each $ 370.00 $ 370.00 1 Each $ 1,500.00 $ 1,5oo.0o 93 Removal: Small Tree - up to 10 feet in height (includes at ball and smmp) 1 Each $ 130.00 $ 130.00 1 Each $ 175.00 $ 175.00 1 Each $ 380.00 $ 380.00 1 Each $ 200.00 $ 200.00 1 Each $ 250.00 $ 250.00 1 Each $ 800.00 $ 800.00 94 Removal: Medium Tree - t t Ret in height but less than 20 feet in height (includes root ball and stump) t Each $ 175.00 $ 175.00 1 Each $ 400.00 $ 400.00 t Each $ 420.00 $ 420.00 t Each $ 400.00 $ 400.00 1 Each $ 350.00 $ 350.00 1 Each $ 1,200.00 $ 1,200.00 95 Removal: Large Tree - 20 feet in height and greater sm (includes root ball and mp) 1 Each $ 800.00 $ 8o0.o0 1 Each $ 800.00 $ 8o0.o0 1 Each $ 1,200.00 $ 1,200.00 1 Each $ 9oo.00 $ 9o0.o0 1 Each $ 1,200.00 $ 1,200.00 1 Each $ 2,500.00 $ 2,500.00 96 Removal: Small Palm - Alexander, Pygmy Date, Montegomery, Thrmax, Cocothrmax (includes root ball and smmp) l Each $ 175.00 $ 175.00 1 Each $ 100.00 $ 100.00 l Each $ 990.0o $ 990.00 l Each $ 500.00 $ 500.00 1 Each $ 250.00 $ 250.00 1 Each $ 800.00 $ 800.00 97 Removal: Medium Palm - Foxtail&Saba) (includes root ball and smmp) 1 Each $ 230.00 $ 230.00 1 Each $ 200.00 $ 200.00 1 Each $ 690.00 $ 690.00 1 Each $ 800.00 $ 8o0.o0 1 Each $ 350.00 $ 350.00 1 Each $ 9oo.00 $ 9oo.00 98 Removal: Large Palm - Royal & Bismarck (includes root ball and smmp) t Each $ 675.00 $ 675.00 t Each $ 600.00 $ 600.00 t Each $ 790.00 $ 790.00 t Each $ 2,500.00 $ 2,500.00 1 Each $ 660.00 $ 660.00 1 Each $ 500.00 $ 500.00 99 Stump no overs (small) l Each $ 125.00 $ 125.00 l Each $ 200.00 $ 200.00 l Each $ 390.00 $ 390.00 1 l Each $ 100.00 1 $ 100.00 1 Each $ 140.00 $ 140.00 1 Each $ 500.00 $ 500.00 lo0 Stamp tip overs (medium) 1 Each $ 150.00 $ 150.00 1 Each $ 400.00 $ 400.00 1 Each $ 490.00 $ 490.00 1 Each $ 200.00 $ 200.00 1 Each $ 190.00 $ 19(.00 1 Each $ 700.00 $ 700.00 101 Stump tip overs (lance) t Each $ I50.00 $ 150.00 1 Each $ 600.00 $ 600.00 t Each $ 590.00 $ 590.00 t Each $ 400.00 $ 400.00 1 Each $ 350.00 $ 350.00 1 Each $ 1,500.00 $ 1,500.00 102 Soil replacement (fill in stamp tip over hole) 1 Cubic Yard $ 85.00 $ 85.00 1 Cubic Yard $ 200.00 $ 200.00 1 Cubic Yard $ 45.00 $ 45.of 1 Cubic Yard $ 125.00 $ 125.00 1 Cubic Yard $ 34.00 $ 34.00 1 Cubic Yard $ 250.00 $ 250.00 103 Cut Dead Pahn to a 3' smmp (AIL sizes) l Hour $ 55.00 $ 55.00 1 Hour $ 350.00 $ 350.00 l Hour $ 45.00 $ 45.00 1 Hour $ 125.00 $ 125.00 1 Hour $ 170.00 $ 170.00 1 He- $ 250.00 $ 250.00 104 Cut Dead Tree to a 3' smmp (All sizes) 1 I Hour 1 $ 55.00 $ 55.00 1 1 1 Hour $ 400.00 $ 400.00 1 1 Hour $ 45.00 1 $ 45.00 1 1 $ 250.00 $ 250.00 1 Hour $ 450.00 1 $ 450.00 1 1 Hour $ 250.00 $ 250.00 losi Debris Removal l ICubic Yard 1 $ I5.00 I $ 15.00 1 1 1 Cubic Yard $ 75.00 $ 75.00 1 1 Cubic Yard $ 75.00 1 $ 75.00 1 1 1 Cubic Yazd $ 125.00 $ 125.00 1 Cubic Yard I $ 85.00 I $ 85.00 1 Cubic Yazd $ 250.00 $ 250.00 Page 3 of 5 Packet Pg. 580 DocuSign Envelope ID: 68C04FE4-0565-46D8-A04C-31BD2F288208 Project Manager: Dan Schumacher Procurement Strategist: Lisa Oien ITB # 20-7724 GOLDEN GATE BEAUTIFICATION MSTU GROUNDS MAINTENANCE Notifications Sent: 16.D.2.0 Downloaded: 60 Rnhmiccinnc- R Hein Description Qry' UOM "an".- Totel Qty UOM Unn Price 1u1:1l Qry' UOM Unil PriC¢ Totnt Qty UOM Unit Price Totat Qty UOM Unit Price Totnt Qty UOM Uatt Pdee Tncnl EQUIPMENT WITH OPERATOR RATES I Unit Price Total Unit Price Totalffi(.te.s Unit Price Total Unit Price Total Unit Price Total Unit Price Total 106 Bucket / Lift Truck t Hour $ 235.00 $ 235.00 t Ham $ 100.00 $ lo0.o0 $ 125.00 $ 125.00 t Hour $ 200.00 $ 200.00 1 Hour $ 225.00 $ 225.00 1 Hour $ 185.00 $ 185.00 107 Water Tmck l Hour $ 185.00 $ 185.00 1 Hour $ 150.00 $ 150.00r $ 95.00 $ 95.00 1 Hour $ 150.00 $ 150.00 1 Hour $ 250.00 $ 250.00 1 Hom $ 125.00 $ 125.00 108 Mini Excavator l Ham $ 195.00 $ 195.00 1 Ham $ 200.00 $ 200.00r $ 85.00 $ 85.00 1 Ham $ 100.00 $ 100.00 1 Ham $ 85.00 $ 85.00 1 Hour $ 185.00 $ I85.00 1o9 Come Tmck l Hour $ 395.00 $ 395.00 1 Hour $ 300.00 $ 300.00r $ 475.00 $ 475.00 1 Hour $ 250.00 $ 250.00 1 Hour $ 225.00 $ 225.00 1 Hour $ 185.00 $ 185.00 ll0 Skid Loader 1 Hour $ 215.00 $ 215.00 1 Hour $ 200.00 $ 200.00r $ 95.00 $ 95.00 1 Hour $ 75.00 $ 75.00 l Hour $ 95.00 $ 95.00 1 Hom $ 185.00 $ I85.00 ALTERNATIVE SERVICES BID (items 54 - 110) $ 35,927.40 (hems 54 -110) $ 42,551.00o) $ 60,795.00 (items 54 - 110) $ 64,524.00 (items 54 - 110) $ 80,001.00 (Items 54 -110) $ 48,737.10 TOTAL BID (Items 1 - 110) $ 191,051.88 (Items 1 - 110) $ 233,451.00 (Items 1 - 110) $ 333,377.00 (Items 1 - 110) $ 376,772.00 (Items 1 - 110) $ 395,371.00 (Items 1 -110) $ 419,598.14 MATERIALS MARKUP PERCENTAGE IS IS% ( percentage is a markup on Han -bid line items. Receipts are required as backup with invoice far verification) P Contractors/Subcontractors must submit required documentation licenses, and certificates IVlainscapc, luc. A&M Property Maintenance, LLC Superior Landscaping & Lawn Service, Inc. Ground Zero Landscaping Service Inc. Hannula Landscaping and Irrigation, gation, Inc. Superb Landscape Services, Inc. at bid submission or before Notice of Recommended Award (NORM Required Documents Landscape Contractor's License. Irrigation License. Pesticide License. Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. Certified Pest Control Operator, Lawn & Ornamental certification, Chapter 482.111, F.S. Pesticide Employee Identification Card for non -certified employees OR a listing of employees' names and their issued ID card numbers drat will perform pest control for a licensed company. Each ID card must be an employee ofthe licensed company and work under the direct supervision ofthe certified operator in charge. Chapter, 482.091 F.S. International Smietyof Arborisb (ISA) certification. Maintenance of Traffic Certificate, hrtermediate Level, with a mmrmum three (3) ycsr(s) experience. Grew Industries or Best Management Practices certification. Irrigation list ofprojects showing three (3) years experience, iucludmg cell phoue controller access. Experience: Provide a brief description describing a minimum three (3) years experience that is relevant and similar to the Scope of Work and specifications. Equipment List: List of tymp my -owned and/or leased equipment for this contract. References: Up to three (3) governmental or commercial references relevant to the services listed in the specifications. Yes NO Yes NO Yes NO Yes NO Yes NO Yes NO U) X X X X X X X X X X X X /Ir V X X X X X X i X X X X X � X X* X X X X IO V X X X X X X fV 00 N X. X. X X X X N v X X X X X X X X X X X X V X X X X X X i O X X X X X X �+ X X X X X X 3 Fx� M X X X X X I I m Required Forms Form 2: Coutractm Check lest Form 3: Conflict oflnterest Affidavit Form 4: Contractor Declaration Statement Form 5: hnmigratiou Affidavit Certification Form 6: Contractor Substitute W - 9 Form 7: Contractor Submittal - Local Contractor Preference Affidavit harranoe Certificate E-Verify Smillm Addenda NO 1 1 NO I Yes I NO I Yes NO I I Yes I NO I r Yes I NO 1 06 X X X X X X Q X X X X X X O Z X X X X X X x x x x x x N X X X X X X t N x x x x x x X X X X X X r 1= X X X X X X a) X X X X X X E s V X. x x x x x R r-+ .r Opened on: March 20, 2020 Q *Deemed Minor Irregularities Documents(s) Received Page 4 of 5 Packet Pg. 581 DocuSign Envelope ID: 68C04FE4-0565-46D8-A04C-31 BD21`288208 Project Manager: Dan Schumacher ITB # 20-7724 Notifications Sent: 16.D.2.0 Procurement Strategist: Lisa Oien GOLDEN GATE BEAUTIFICATION MSTU GROUNDS MAINTENANCE Downloaded: 60 Submissions: 6 Item Description Qty I:OM1I I I: nit Price I Tulnl I Qty I:OM1I I I: nit Price I T.1.1 I Qty I U.11 UIIiI Pric¢ -A I Qty I:OM1I I I: nit Price I T.1.1 I Qty I U.. I I:nit Price I T.1.1 I 11, I U— I Unit Price 1 Tntnl I Opend by: Barbara Lance Witnessed by: Jim Flanagan Page 5of5 Packet Pg. 582 16.D.2.d FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT # 20-7724 for Golden Gate Beautification MSTU Grounds Maintenance THIS AGREEMENT, made and entered into on this day of 2020 by and between Mainscape,lnc. 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 ❑■ upon the date of Board approval Pen and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑■ Purchase Order ❑ . 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ 0 Invitation to Bid (ITB) ❑ otheF ` # 20-7724 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. 0 The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 583 16.D.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. 3.2 ❑N The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. -- - - - - .. - --- - ----- - ON 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): ❑N Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. n Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. � Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed Term Service Multi -Contractor Agreement 2017,008 (Ver.1) /— Packet Pg. 584 16.D.2.d 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 111F.T F US .. ll .. _. 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: Page 3 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 585 16.D.2.d Company Name: Mainscape, Inc. Address: 13418 Britton Park Road Fishers IN 46038 Authorized Agent: Brandon Whaley, Account Executive Attention Name & Title: Eric Lasko, Regional Manager Telephone: (497) 508-0540 / (317) 577- 3155 E-Mail(s): Bwhaley(aD_mainscape.com / elasko(omainscape.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Michelle Edwards Arnold Division Name: Public Transit & Neighborhood Enhancement Division Address: 8300 Radio Road Naples, FL 34104 Administrative Agent/PM: Dan Schumacker, Project Manager Telephone: (239) 252-5775 E-Mail(s): Dan. Schumacker o)-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. Page 4 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. q6 16.D.2.d 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. FE-] Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Al Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. FE-1 Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. Page 5 of 17 Fixed Term Service Multi -Contractor Agreement 2017,008 (Ver.1) Packet Pg. 587 16.D.2.d • - _ .. .. NP MCM Qum F. j■ Pollution : Coverage shall have minimum limits of $1,000,000 per claim. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver,1) Packet Pg. 588 16.D.2.d 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Public Transit & Neighborhood Enhancement Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), 0 Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ R€R/ ❑- ITB/❑ for #20-7724 , including Exhibits, Attachments and Addenda/Addendum, ❑ Gub6equent gt�etes; &tom ❑ QtheFExhibitIA4--k—ent: 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 589 16.D.2.d located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. I ) W,N Packet Pg. 590 16.D.2.d 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. ❑1 CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. 0 WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the Page 9 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 591 16.D.2.d particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. 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. F 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. F■ PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it Page 10 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 592 16.D.2.d foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. -•- - --- -- -- ----- -- Page 11 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 593 16.D.2.d 0 AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. FN� 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. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 594 16.D.2.d County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38. FN SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 595 16. D.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: BOARD OF COUNTY COMMISSIONERS Crystal K. Kinzel, Clerk of Courts & COLLIER COUNTY, FLORIDA Comptroller By; By: Hurt L. Saunders Chairman (SEAL) Dated: _Mainscape Inc. _ Contractor's Witnesses: Contractor —— C�ntra toffs F rst Witness TType/print witness name'' Contradtees S&-6--n-d Witness 'Type/print witness nameT Approved as to Form and Legality: County Attorney Print Name ARM By: Signature TType/print signature and titleT Page 14 of 17 Fixed Term Service multi -Contractor Agreement 2017,008 (Ver.1) Packet Pg. 596 16.D.2.d Exhibit A Scope of Services FO-1 following this page (pages 1 through 11 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Tertn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 597 16.D.2.d ITB # 20-7724 "Golden Gate Beautification MSTU Grounds Maintenance EXHIBIT A SCOPE OF SERVICES This Scope of Services outlines the minimum requirements of Collier County for the Contractor to provide Grounds Maintenance services, principally on the specified roadways within the boundaries of the Golden Gate Municipal Service Taxing Unit (MSTU). The responsibility to discern the Scope of Service detailed in this specification shall rest solely with the Contractor. A failure of the Contractor to accurately assess the Scope shall not relieve any of the responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional compensation. All sections of these Specifications may not be applicable to all service areas listed. The bid schedule quantities and frequencies are approximate for bidding purposes and may be modified as needed at the discretion of the MSTU Project Manager. Alternate services listed on the bid schedule may be requested from the Contractor or quotes may be requested separately by the Project Manager, following the Procurement Ordinance. A. SCOPE OFSERVICE The Contractor shall provide the Base grounds maintenance services detailed in this Work Areas and rates outlined in Exhibit B Fee Schedule,; as well as the Alternative Services on an as -needed basis. The Contractor shall provide all labor, tools, materials, and processes necessary to perform the work described hereunder to maintain the quality and health of the plant materials, and the safety of the public. Some items may be provided separately by the County (i.e. fertilizer, mulch, etc.) as identified. B. LICENSES & CERTIFICATIONS MINIMUM REQUIREMENTS There are minimum requirements to perform services under this contract which include proper licensing, certifications, and documentation as listed below. The contractor is required to perform services for routine landscape maintenance; however, the following services are authorized for the contractor to utilize the services of subcontractors. The contractor shall be liable in overseeing the subcontractor and that the services are performed per the specifications. • Arborist Services • Irrigation Services • Fertilizer Application • Pesticide, Fungicide, and Herbicide Applications Licenses and certifications pursuant to Collier County, Contractor's Licensing, Ordinance Number 2006-46, as amended, and Florida State Statutes. Licenses • Commercial Landscape; Landscape; Landscape Restricted; Landscape & Irrigation; or Unlimited Landscape. • Irrigation, plus a minimum of three (3) years' wet check and intermediate repair experience, including smart controller systems utilizing cell phone access. • Pest Control OR licensed sub -Contractor (see Certifications, below) Certifications • Fertilizer - Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. • Pest Control - Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S. o Employee - Identification Cards for non -certified employees Page 1 of 11 Packet Pg. 598 16.D.2.d -OR- o Sub -contractor - List of employee names and their issued ID card numbers that will perform pest control for the sub -contracted licensed company. Each ID cardholder 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 and/or Best Management Practices Certificate under Chapter 482.1562, F.S. (certificate must be obtained within six (6) months from contract execution). C. LOCATIONAND DESCRIPTION OF WORKAREAS The areas of work included in these specifications are located as described below and/or as shown in Exhibit B, Work Areas. WORK AREA DESCRIPTIONS: SUNSHINE BLVD: (Work Areas lb & Id) a. Sheet No. I - Improved Median on 18th Ave SW @ 40th Ter SW. b. Sheet No. 2 - i. Medians #1, #2, #3, #4, #5, #6. ii. Segments #7, #8. iii. Improved Median on 18th Plc SW @ Sunset Rd. iv. Irrigation Controller, Pump Station, & Electrical Shutoff located on Median #3. v. FPL meter located in alley behind 2001 Sunshine Blvd. 2. TROPICANA BLVD: (Work Areas I c & le) a. Sheet No. 3 - i. Medians #1, #2, #3, #4, #5, #6. ii. Pedestrian Shelter on Tropicana Blvd @ 31st Ave SW. iii. Pedestrian Shelter on 28th Ave SW @ Tropicana Blvd. iv. Irrigation Controller, Pump Station, & Electrical Shutoff located on Median #4. v. FPL Meter located in alley behind 2841 Tropicana Blvd. 3. CORONADO PKWY: (Work Area If) a. Sheet No. 4 - i. Medians #l, #2, #3, #4, #5, #6, #7, #8, #9, #10, #1 1, #12. ii. Irrigation Controller is located on Hunter Blvd, Median #5. 4. HUNTER BLVD: (Work Area I g) a. Sheet No. 5 - i. Medians #1, #2, #3, #4, #5, #6, #7, #8, #9, #10, #11, #12, #13, #14. ii. Irrigation Controller, Pump Station, & Electrical Shutoff located on Median #5. (controls Irrigation on both Bunter Blvd & Coronado Pkwy) iii. FPL Meter located in alley behind 2243 Hunter Blvd. D. GROUNDS MAINTENANCE SERVICES Base grounds maintenance services in the designated MSTU area(s) as described below shall include trash removing, mowing, edging, weeding, general trimming & pruning, post -service cleaning, and inspecting & reporting. 1. Mowing Page 2 of 11 ,1 Packet Pg. 599 16.D.2.d • Mowing shall be performed in specified MSTU areas, including medians, along the outside edge of the sidewalks of adjacent properties which are not currently maintained by the property owners. • Right-of-way mowing of turf and applicable vegetation is required from back of curb or sidewalk to the right- of-way line. • Turf and vegetation shall be cut to a height of no less than three and one-half inches (3Y2") and the height of the grass blade shall not exceed six inches (6"). • Roadside swales shall be mowed throughout the entire year. When mowing is not possible due to standing water or soft ground, string trimmers shall be used to reduce the height of turf and vegetation to the waterline. • All turf shall be mowed with mulching type mower equipment to eliminate the need to bag and transport grass clippings. Should bagging be necessary, bagged clippings shall be collected and removed at no additional cost to the MSTU. All equipment guards and deflectors are to be installed and functional. • The Contractor shall use appropriate mowing practices, alternate patterns, or walk -behind equipment within narrow or water -soaked areas so as not to create wheel ruts or wear down the turf. • Ruts caused by mowers shall be repaired at no additional costs to the MSTU. • The Contractor shall avoid mowing patterns that eject clippings, rocks, or any miscellaneous debris onto pedestrians and vehicles or into moving traffic. 2. Edtin2 • Mechanical edging of turf boundaries shall be performed with each mowing to establish a clean line of demarcation and eliminate grass root runners. • Edged areas shall include parking lots, sidewalk edges, back of curbs, plant beds, utility service boxes, street light bases, sign posts, headwalls, guardrails, timer pedestals, posts and trees; as well as around isolated trees, sprinkler heads, valve boxes, shrubs, sign posts, and manholes, etc. where they exist. • Metal blade edging is not permitted along plant bed and turf boundaries where underground irrigation components are present. • Chemical herbicide shall not be used for edging. 3. Weeding • Weeding shall be performed weekly (or specified interval) throughout the year to provide a weed -free and well -maintained appearance, removing undesired and invasive vegetation on the ground (including palm pups). • Areas to be weeded include plant beds, mulched spaces, rocks, sidewalks (concrete, paver, asphalt, etc.), concrete medians, curb joints, utility bases and access boxes, guardrail bases, and tree grates, etc. • Weeds that are less than 3-inches from plantings shall be hand pulled. • The Contractor may have the option to use chemical weed -killer or pre -emergent, upon pre -approval by the Project Manager of both the location and product to be used. • Any plants damaged or killed by application of chemical weed -killer or pre -emergent shall be replaced at the expense of the Contractor within 72-hours. • Should concerns be identified regarding chemical weeding, the Project Manager may direct that hand - weeding be performed. 4. General Trimming & Pruning • General Trimming & Pruning shall be defined as the cutting of all vegetation below a height of ten feet (10') to keep and maintain a tight, well maintained appearance throughout the year. • This includes groundcovers, shrubs, trees (except ►magnolias), and palms. Page 3 of 11 Packet Pg. 600 16.D.2.d • See Specific Plant Maintenance, for specifications and heights for various foliage within the MSTU. • Within this specification, groundcovers and shrubs are "trimmed," while trees and palms are "pruned;" with the exception of magnolias. • Both trimming and pruning shall meet ANSI standards and include the removal of all diseased or dead vegetation, old leaf growth, broken branches, and suckers at tree bases. • Groundcovers and Shrubs shall be kept trimmed: o at regular intervals, generally monthly, except to allow for flowering. o with heights and shapes alternating by plant variety, or as determined by the MSTU Project Manager. o to an angled or rounded shape so as not to encroach over curbs or into roadways and pathways. o in a consistent manner for each plant variety to give the appearance of continuity throughout the landscape, adjusted as needed for local topography. o to maintain two feet (2') of clearance from the edge of curbs, sidewalks, roadways, pathways, etc. • Ornamental Grasses shall be kept trimmed: o after flowering, during the first two weeks of October and April (or as approved by the Project Manager). o at the base to remove old growth. o in a manner to provide a cone shape and without a flat top. • Hedges on the right-of-way shall be kept trimmed: o to maintain a height of six feet (6'). o to maintain a flat top and flat, vertical side toward the roadway. o to not extend over an adjacent sidewalk or roadway. o Property Owner Exception: ➢ Effected only upon written request from the Property Owner and signed approval by the Project Manager. ➢ Property Owner agrees to maintain hedge at maximum height of ten (10) feet at their expense consistent with the top and vertical side specifications as described above. ➢ Exception may be cancelled at any time by the Project Manager. • Trees and palms shall be kept pruned: o to clean out dead limbs, as well as seed pods, fronds, boots, and suckers, etc. 0 on a quarterly basis, or as needed, to maintain a minimum ten -foot (10') canopy height over sidewalks and pedestrian pathways. • For line -of -sight visibility, vegetation of any kind within turn lanes, at median ends, and along intersection roadsides shall be trimmed or pruned to eighteen inches (18") height by October 1st of each year and subsequently maintained to no more than twenty-four inches (24") per FDOT Indexes. • The frequency of trimming or pruning may be adjusted at the direction of the Project Manager. 5. Trash Removing & Post -Service Cleaning Trash Removing — • At the start of Landscape Maintenance Service on the day of service and prior to mowing, the Contractor shall remove and dispose of all trash and debris from the service area and right-of-way. • This shall include, but is not limited to, horticultural and non -horticultural debris, palm fronds, tree branches and limbs, loose shrubbery, leaves, rocks, paper, bottles, cans, cigarette butts, and other miscellaneous objects on the ground or attached in the service area and the associated right-of-way. Page 4 of 11 Packet Pg. 601 16.D.2.d • Disposal of trash and debris shall be at a proper landfill or disposal site. Post -Service Cleaning — • On the same day as Weekly Landscape Service and before departing the MSTU, the entire service area shall be cleaned to maintain a neat and safe condition. • This includes removal of any accumulation of debris or anything generated from the maintenance performed. • All hard surfaces shall be blown -down; to include the four (4') foot area from the face of the sidewalks, gutters and curbs, turn lanes, medians, and adjacent parking lots and athletic courts. • Blow -down shall be directed toward the existing median landscape or turf, not into the roadway. • Grass clippings or other debris shall not be blown onto adjacent private property or accumulate on the right- of-way, paved areas, or blown into traffic or roadways. 6. Irrigation Check & Inspection • It shall be the Contractor's responsibility to inspect, operationally test at specified intervals, and perform minor to intermediate level repairs to the irrigation system as needed to enable proper and safe operation. • See "Irrigation Service" below for further description. 7. Inspecting, Reporting, & Invoicing • The Contractor shall inspect all plant, shrub, tree and grass areas in the MSTU during each base service. • The Contractor shall be responsible to promptly notify the MSTU Project Manager of any disease infestation, insect infestation, foliage die -off, irrigation issues, maintenance problems, additional necessary maintenance, or unusual occurrence or finding. • The Contractor shall be available for on -site inspection in the MSTU to verify work completed or to review open issues at the Project Managers request. • The Project Manager may request a monthly Landscape Maintenance Report be submitted by the Contractor after the last service week of each month. 8. Miscellaneous Responsibilities • The removal of existing tree and palm staking shall be the responsibility of the Contractor. • To avoid damage to curbs and turf, the Contractor shall provide and utilize ramps or other devices for ingress and egress, as needed. Damage attributable to the Contractor shall be repaired at the Contractor's expense, as determined by the MSTU Project Manager. E. IRRIGATION SERVICE The landscape Contractor shall maintain the installed irrigation system for proper function. The areas of responsibility shall include: • Update and coordinate the watering schedules with the Project Manager as required for monitoring purposes and make recommendations to the Project Manager as conditions warrant. All irrigation schedule change requests shall be confirmed via e-mail. • The Project Manager may request a monthly Irrigation Service Report be submitted by the Contractor after the last service week of each month. Page 5 of 11 Packet Pg. 602 16.D.2.d a� L) c c m c U) c 0 ,L^ V IrI^ VC/ C V /0 V N 00 N N N ti ti O N C d E t V Q Packet Pg. 603 16.D.2.d • NOTE: Contractor must have cell phone access to utilize HydroPoint / WeatherTRAK control functions in the field, particularly for Wet Check testing. Regular Service Requirements • It shall be the Contractor's responsibility to inspect, operationally test, and perform minor repairs to the irrigation system at the Bid Schedule interval to enable proper and safe operation. • Repairs include replacement of heads, nozzles, decoders, 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, etc. • If any irrigation issues beyond the scope of the weekly service are determined, the Contractor shall promptly notify the MSTU Project Manager. • Visual inspection of the irrigation system(s) shall be performed to check for: o Cuts o Leaks o Pipe damage o Dry areas o Flooded areas o Damaged or deteriorated valve boxes • Operational testing of the irrigation system(s) shall be performed to verify that source water is available and accessible. o Pumps are operating. o Control enclosures are intact and controllers are powered and responding to inputs. o Controller activated zone control, zone sequence, and zone duration is operational. o Rain sensors are intact and functioning. o Valves are opened and closed to confirm proper function using cell phone WeatherTRAK controller access, - OR - manually at the valve box only as a temporary backup method. o Spray patterns deliver complete water coverage while avoiding overspray. o Water meters are registering flow and water consumption readings are recorded. • Valve boxes shall be kept fully accessible and clear of debris inside, with lids fully closed when not being serviced. • Valve assemblies shall be inspected and cleaned, with sprinkler heads, nozzles, and screens cleared and adjusted. • Only County -approved replacement parts may be installed, and only matched precipitation head replacements may be installed. All irrigation parts shall be supplied by Collier County under a separate annual contract. The landscape Contractor must arrange for pickup or delivery in accordance with the Division's Standard Operating Procedures (SOPS). • Repairs to defective or non -operational controllers shall be performed only after direct consultation with the Project Manager. • Intermediate repairs are handled separately from Regular Irrigation Service. These include repairs to valves, controllers, electrical wiring and main lines. Prior to proceeding, the Project Manager shall be consulted, the repairs evaluated and quoted. Major repairs may be sourced separately from other Contractors, as determined by the Project Manager. • PARTS: Irrigation parts are available for pick-up under separate county Purchase Order(s) with local vendors, identified by the Project Manager. Page 6 of 11 Packet Pg. 604 16.D.2.d F. ORNAMENTAL & T URF SPRA YING Application • Spraying of trees, shrubs, plants, and turf is to be performed by the Contractor, who must be certified to apply the chemicals (pesticides) used. • If the primary Contractor is not certified, a certified sub -Contractor may be hired upon approval by the Project Manager and at no additional cost to the MSTU. • Every insecticide, fungicide, and herbicide chemical to be applied shall be approved by the Environmental Protection Agency for its intended use and manner of application. • The rate of application shall conform to specifications on the manufacture's labels. • Applications shall be performed when the plant material is dry. • Special applications may be performed upon prior approval of the Project Manager. General Schedule • Spraying may be performed upon prior approval by the Project Manager. • Time frames: Trees, Shrubs, Groundcovers, Turf Chemical General Insecticide' As -needed Fungicide As -needed Beds Turf Chemical I General I Pre -emergent I Post-e Chemical General Pre -emergent Post -emergent Herbicide As -needed Feb Sep Nov Jan 7 Mar Records Records must be kept of all chemical (pesticide) applications, including: • Name of person performing the application. • Trade name & manufacturer. • Date & time of application. • Weather conditions. G. FERTILIZER Application • Fertilizer is customarily supplied by Collier County under a separate annual contract at the time of application with delivery coordinated by the receiving Contractor. • Project Manager may direct the contractor to both supply and apply fertilizer based on the Bid Schedule rate. • Fertilizing shall be performed at prescribed intervals throughout the year. • Slow release formulations shall be used when available. Page 7 of 11 Packet Pg. 605 16.D.2.d • Fertilizer shall be broadcast throughout the designated medians, planting beds, and turf areas. • Tree bases and pit areas shall be fertilized evenly so as not to produce a fertilizer ring. • Shrubs and groundcovers shall have the fertilizer blown or fan raked off the foliage following the broadcast application. • Fertilizers shall be removed from curbs, sidewalks, and any surfaces where staining may occur. H. MULCH Application • Mulch is customarily supplied by Collier County under a separate annual contract at the time of application with delivery coordinated by the receiving Contractor. • Project Manager may direct the contractor to both supply and apply mulch based on the Bid Schedule rate. • The timetable for installing mulch shall be on an as -needed basis, upon direction by MSTU Project Manager. • All designated plant beds shall be mulched by covering all unplanted areas in bed. • The areas to receive mulch shall be raked to establish a level base. • Areas to receive an initial application of mulch shall have mulch evenly distributed to provide a three inch (3") non -compacted or unsettled depth, measured from the base. • Areas to be re -mulched shall have mulch evenly distributed to provide a two inch (2") non -compacted or unsettled depth, measured from the base. • Mulch shall not be placed over valves or valve boxes that are located within mulched areas. • All adjacent areas not mulched (curbs, sidewalks, roadways, etc.) shall be cleared of any mulch or foreign debris. • Upon completion of mulching, all excess material, bags and foreign debris shall be collected and disposed of by the Contractor, leaving the overall landscape in a neat and orderly condition. L MAINTENANCE OF TRAFFIC (MOT) • The Contractor shall verify current MOT certification and comply with the requirements of Collier County's Maintenance of Traffic (MOT) Policy. • The Contractor shall utilize adequate barricades, warning devices, and the necessary safety equipment according to Collier County Right -of -Way Ordinance. • Flagmen are required when two-way traffic is obstructed. • Blocking of a public right-of-way (ROW) or street, except under extreme emergency conditions, shall not be permitted without prior approval of the Project Manager and arrangements made with agencies having jurisdiction over the street to be closed. • For safe worker visibility; approved bright day -glow red/yellow/orange colored safety vests (Class 3) shall be worn by employees when servicing the area. J. REPORTS • Monthly or weekly grounds maintenance reports may be required by the Project Manager. • Reports shall be written in English. • Grounds maintenance reports shall be emailed to the Project Manager prior to or simultaneous with submission of invoices for payment. • Report format shall be as specified by the Project Manager. Page 8 of 11 Packet Pg. 606 16.D.2.d • Contractor's format may be acceptable, upon review and approval by the Project Manager. K. MEETING ATTENDANCE • Required meetings: o The Contractor shall attend a monthly field review (drive -through) scheduled 1-week before the Advisory Committee meeting. (approx. 1-hour) o The Contractor shall attend the monthly MSTU Advisory Committee meeting to discuss the ongoing status of Landscape and Irrigation maintenance, per the weekly/monthly report(s), and answer any questions. (approx. I -hour) o At the request of the Project Manager, the Contractor shall be available for on -site inspection in the MSTU to verify work completed or to review open issues. • There shall be no additional charge for attendance at these meetings. L. GENERAL PROVISIONS • The Contractor shall identify an English-speaking singular point of contact with radio, cellular phone and e-mail for on -site and off -site communication to coordinate with the Project Manager. • The Contractor shall provide a sufficient crew size for each Weekly Landscape Service to be completed within one (1) day, and if required, a consecutive day immediately following. • Professional courtesy, conduct, and clothing are expected at all times. • Replacement of plants, shrubs, trees, grass or foliage due to death caused by neglect or damage by the Contractor, Contractor's employees or a sub -Contractor, as determined by the Project Manager, shall be at the Contractor's sole expense. • Accidents, thefts, and vandalism shall be reported to the Project Manager on the same day as discovered, including pictures when reasonably accessible to be taken. M. CONTRACTOR EMPLOYEES • All employees of the Contractor working under this specification shall at all times be sole employees of the Contractor's company and under the Contractor's sole direction and not an employee or agent of Collier County. • The Contractor shall supply competent and physically capable employees. • At the direction of the Project Manager, the Contractor shall remove any employee deemed to be careless, incompetent, insubordinate, or otherwise objectionable and whose continued services are not in the best interest of the County. N. SUB -CONTRACTING • Contractor use of a sub -Contractor, compliant with all County provisions, may be requested in writing to the Project Manager. • The cost of utilizing a sub -Contractor shall not exceed that of the Bid Specification or add cost to the MSTU; including any markup, if applicable. • Detailed sub -Contractor invoices, Bill of Material's (BOM), and receipts shall accompany Contractor's invoice to the County. O. HOURS OFSERVICE Page 9 of 11 Packet Pg. 607 16.D.2.d Work performed at the specific direction of the Project Manager and billable at hourly rates shall be invoiced as follows: • Not -mat Hours - from 6:00 AM to 6:00 PM • After Hours - from 6:01 PM to 5:59 AM After Hours service must be pre -approved by the Project Manager at each occurrence. P. MARKUP • Material mark-up is fixed at cost at plus 15%. DISCLAIMER: Every effort has been made toward accuracy and completeness. Errors or omissions will be corrected when identified. Trimming & Pruning The following table lists specific plant varieties and acceptable pruning for each. During the course of this contract, pruning specifications may be changed or added at the direction of the MSTU Project Manager. All changes to this table shall be submitted in writing to the Contractor for implementation. If changes in the table result in a different cost of service, the Contractor shall submit a change request in writing to the Project Manager detailing the additional work and price difference. Golden Gate M.S.T.U. Trim & Prune Guidelines Common Name Scientific Name Trimming Guidelines Shrubs • Maintain 24" rounded ht. & 2 ft. offset from back of curb, within limits of clear sight areas Bougainvillea (Dwarf) Bougainvillea glabra 'Helen • Frequency: Remove shoots weekly Johnson' • Bi-seasonal 50% heavy reduction only upon approval • Maintain 36" rounded ht. & 2 ft. offset from back of curb B ougainvi Ilea 'Silhouette' Bougianvillea spp. • Frequency: Remove shoots weekly 'Silhouette' • Bi-seasonal 50% heavy reduction upon approval • Trim to 36" rounded ht. Firebush (Dwarf) Hamelia patens • Maintain u to 48" rounded ht. p 'Galbra' • Frequency: As needed • Trim to 36" rounded ht. Plumba o g Plumbago auriculata 'Imperial • Maintain up to 48" rounded ht. Blue' • Frequency: Remove shoots weekly Page 10 of 11 o Packet Pg. 608 16.D.2.d • Trim to maintain natural rounded ht. • Maintain up to 60" rounded ht. Saw Palmetto (Silver or Serenoa repens • Frequency: As needed for shape and to Green) remove dead stems • Trim to 36" rounded ht. • Maintain up to 48" rounded ht. Schefflera (Dwarf) Schefflera arboricola • Maintain 24" rounded ht. in limits of clear 'Trinette' sight areas • Frequency: As needed n/a Accent Plants n/a n/a Golden Gate M.S.T.U. Trim & Prune Guidelines (Con't.) Native & Ornmental Grasses • Trim level at 2" above grade & 2ft. Offset from back of curb Pink Muhly grass Muhlenbergia capillaris • Frequency: After blooming or in March and July for 100% rejuvenation • Trim level at 2" above grade Sandcord grass Spartina baked • Frequency: Once per year in July for 100% rejuvenation, if needed Ground Covers • Remove dead or diseased foliage and flower stalks Blueberry Flax Lily Dianella tasmanica • Frequency: April and October 'Variegate' • 75% rejuvenation cut only upon approval • Uniform shape to 18" ht. in limits of clear Crown of Thorn (Dwarf) Euphorbia milii Big Rose, sight areas • Frequency: As needed • Uniform shape to 24" ht. in limits of clear Juniper Parsoni Juniper chinensis sight areas Parsonii, • Frequency: As needed • Mow at 4-inch blade ht. to tip foliage Perennial Peanut Archis glabrata • Frequency: Once per year in June 'Ecoturf • No pruning necessary except to remove dead or diseased foliage Spider Lily Hymenocallis latifolia • Frequency: As needed • 100% rejuvenation cut only upon approval Page 11 of 11 Packet Pg. 609 16.D.2.d Exhibit B Fee Schedule following this page (pages 1 through Page 16 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg.�_1:0:1 16.D.2.d ITB# 20-7724 "Golden Gate Beautification MSTU Grounds Maintenance EXHIBIT B FEE SCHEDULE Mainscape, Inc, SECTION 1: Improved Medians - Work Area id Bidder Name: PRIMARY CONTRACTOR A. IMPROVED MEDIANS - Not Irrigated Item `- Description Qty UOM Unit Price I I l8th Ave SW @ 40th Ter SW: Median - Edge only & Items 6, 7 & 8 (Bi-Weekly) 26 Week $ 14.82 2 1 18th Plc SW @ Sunset Rd: Median - Edge only & Items 6, 7 & 8 (Bi-Weekly) 26 Week $ 14.82 SECTION EXHIBIT 1: Sunshine Blvd - Work Area Ib A: Sheet No. 2 B. ROUTINE MAINTENANCE Item Description Qty UON1 ::Unit Price 3 Pre -Service Trash & Debris Removal - All Areas (including Items I & 2, above) 52 Week $ 68.41 4 Mowing & Edging - Medians 52 Week $ 46.24 5 Mowing & Edging -Side ROW's, (1) Commercial Mower Pass (Bi-Weekly) 26 Week $ 22.23 6 Weeding - Medians - Hand & Chemical 52 Week $ 67.09 7 General Site Trimming & Pruning - Medians (Bi-Weekly) 26 Week $ 361.05 8 Post -Service Cleaning - All Areas 52 Week $ 34.20 C. AREA SPECIFIC PESTICIDES - Contractor supplies all chemicals & application Item Description Qty U01I -Unit Price 9 Groundcover, Shrubs, & Trees: Insecticides, applied to total roadway and areas as needed per Month 12 Month $ 80.63 10 Groundcover, Shrubs, & Trees: Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 80.63 I I Groundcover, Shrubs, & Trees: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 145.25 I I Turf: Insecticides & Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 47.13 12 Turf: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 53.56 D. IRRIGATION MAINTENANCE - requires Cell Phone access to WeatherTRAK controller for Wet -Checks Item Description Qty - UOM 'IUnit Price 13 1 Irrigation System Inspection & Wet -Check (Bi-Weekly) 26 Week $ 186,90 SECTION 2: Tropicana Blvd & PEDESTRIAN SHELTERS -Work Areas lc & le (Medians & Side ROW) EXHIBIT A: Sheet No. 3 E. ROUTINE MAINTENANCE Item Description Qty '. UOM 4Unit Price 2. 14 Pre -Service Trash & Debris Reinoval - All Areas 52 Week $ 56.75 15 Mowing & Edging - Medians 52 Week S 56.58 16 Mowing & Edging - Side ROW's, (1) Commercial Mower Pass (Bi-Weekly) 26 Week $ 34.37 17 Weeding - Medians - Hand & Chemical 52 Week $ 74.02 18 General Site Trimming & Pruning - Medians (Bi-Weekly) 26 Week $ 412.12 19 Post -Service Cleaning - All Areas 52 Week $ 34.19 F. AREA SPECIFIC PESTICIDES - Contractor supplies all chemicals & application Item Description Qty UOM Unit Price `. 19 Groundcover, Shrubs, & Trees: Insecticides, applied to total roadway and areas as needed er Month 12 Month $ 82.14 20 Groundcover, Shrubs, & Trees: Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 82.14 21 Groundcover, Shrubs, & Trees: Herbicides, applied to total roadway and areas as needed per Month 12 Month 11 $ 160.25 21 Turf: Insecticides & Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 57.77 22 Turf: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 65.99 a� L) C to C d C N C O H to d 0 C d O N 00 N N N ti ti O N C d s V M Q Packet Pg. 611 16.D.2.d G. IRRIGATION MAINTENANCE - requires Cell Phone access to WeatherTRAK controller for -Wet -Checks Item I Description Qty UONI _ nit Price 23 1 Irrigation System Inspection & Wet -Check (Bi-Weekly) 26 Week S 201.18 SECTION 3: Coronado Pkwy -Work Area If (Medians & Side ROW) EXHIBIT A: Sheet No. 4 H. ROUTINE MAINTENANCE Item Description Qty UOM Unit Price 24 Pre -Service Trash & Debris Removal - All Areas 52 Week $ 63.10 25 Mowing & Edging - Medians 52 Week $ - 26 Mowing & Edging -Side ROW's, (1) Conunercial Mower Pass (Bi-Weekly) 26 Week $ 45.77 27 Weeding - Medians - Hand & Chemical 52 Week $ 95.39 28 General Site Trimming & Pruning - Medians (Bi-Weekly) 26 Week $ 530.29 29 Post -Service Cleaning - All Areas 52 Week $ 34.30 I. AREA SPECIFIC PESTICIDES - Contractor supplies all chemicals & application Item Description Qty UOM Unit Price :. 30 Groundcover, Shrubs, & Trees: Insecticides, applied to total roadway and areas as needed per Month 12 Month $ 107.40 31 Groundcover, Shrubs, & Trees: Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 107.41 32 Groundcover, Shrubs, & Trees: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 206.51 32 Turf: Insecticides & Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 106.91 33 Turf: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 27.88 J. IRRIGATION MAINTENANCE - requires Cell Phone access to WeatherTRAK controller for Wet -Checks Item I Description Qty UOM Unit Price 34 1 Irrigation System Inspection & Wet -Check (Bi-Weekly) 26 Week S 187.42 SECTION 4: Hunter Blvd - Work Area ig (Medians & Side ROW) EXHIBIT A: Sheet No. 5 K. ROUTINE MAINTENANCE Item Description Qty UOM Unit Price 35 Pre -Service Trash & Debris Removal - All Areas 52 Week $ 68.51 36 Mowing & Edging - Medians 52 Week $ - 37 Mowing & Edging -Side ROW's, (1) Commercial Mower Pass (Bi-Weekly) 26 Week $ 53.44 38 Weeding - Medians - Hand & Chemical 52 Week $ 115.24 39 General Site Trimming & Pruning - Medians (Bi-Weekly) 26 Week $ 652.28 40 Post -Service Cleaning - All Areas 52 Week $ 34.26 L. AREA SPECIFIC PESTICIDES - Contractor supplies all chemicals & application Item Description Qty UOM ':Unit Price 41 Groundcover, Shrubs, & Trees: Insecticides, applied to total roadway and areas as needed per Month 12 Month $ 130.46 42 Groundcover, Shrubs, & Trees: Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 130.45 43 Groundcover, Shrubs, & Trees: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 249.49 43 Turf: Insecticides & Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 128.62 44 Turf: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 32.60 M. IRRIGATION MAINTENANCE - requires Cell Phone access to WeatherTRAK controller for Wet -Checks Item Description Qty UOM (Unit Price 45 1 Irrigation System Inspection & Wet -Check (Bi-Weekly) 26 Week $ 201.59 N. STAFF SERVICES REGULAR LABOR HOURS Item Description Qty r' UOM Unit Price 46 Landscape Supervisor 40 Hour $ 55.00 47 Landscape Laborer 40 Hour $ 35.00 48 Irrigation Supervisor 40 Hour $ 75.00 49 Irrigation Technician 40 Hour $ 75.00 v C R C d C N C O H to d tv 0 C d O N O N N N ti ti O N a d E t V to Q Packet Pg. 612 16.D.2.d AFTER HOURS LABOR HOURS (pre -approved by the Project Mannger) Item Description Qty UOM Unit Price' Landscape Supervisor 50 base: 2 Hour $ 55.00 6:01 p.m. - 5:59 a.m. Landscape Laborer 51 base: 2 Hour S 45.00 6:01 P.rn. - 5:59 a.m. Irrigation Supervisor 52 base: 2 Hour $ 85.00 6:01 v.m. - 5:59 a.m. Irrigation Technician 53 base: 2 Hour $ 85.00 6:01 p.rn. - 5:59 a.m. O. ALTERNATIVE SERVICES Item Description Qty UOM UnitPrice EMERGENCY LABOR HOURS (pre -approved by the Project Mannger) 54 Landscape Supervisor I Hour S 65.00 9:00 V.rn. Frida - 5:59 am. Monday 55 Landscape Laborer I Hour $ 55.00 9:00 p,ru, Frida - 5:59 a.m. Monday 54 Irrigation Supervisor 1 Hour $ 95.00 9:00 p.m. Frida - 5:59 a.m. Monday 55 Irrigation Technician I Hour $ 95.00 9:00 p.m. Frida - 5:59 a.m. Monday FERTILIZATION: Turf, Groundcover, Shrub, Tree, & Palm (Granular - County supplied / Liquid - Contractor supplied) 8-0-12-180 Approx 130 bags total a 50 lb/bag, 2 apps/year (65+65) - Application Price/bag 130 50 LB Bag $ 15.50 56 Turf, Groundcover, Shrubs, Trees 0-0-22 (So-Po-Mag) Approx 4 bags total a 50 lb/bag, 2 apps/year (2+2) - Application 57 Price/bag 2 50 LB Bag $ 10.50 Palms 58 Application labor rate only (Granular fertilizer, Micronutrients, County Supplied) 1 50 LB Bag $ 15.50 59 Application labor &materials (Drench) Lump Sum $ 498.17 Se uestrene Iron Contractor supplied)1 60 Application labor & materials I Lump Sum $ 909.33 20-20-20 w/Ferromec AC 13-0-0 plus 6% Iron Contractor supplied) ORNAMENTAL & TURF SPRAYING: Turf, Groundcover, Shrub, Tree, and Palm (Contractor supplied chemicals) 61 Insecticides & Fungicides Application Labor & Materials (Foliar) I Lump Sum $ 1,959.86 62 Insecticides & Fungicides Application Labor & Materials (Drench) I Lump Sum $ 503.48 63 Insecticides & Fungicides Application Labor & Materials (Turf) I Lump Sum $ 231.78 64 Herbicides Application Labor & Materials (Pre- or Post- Emergent) I Lump Sum $ 1,343.33 65 Herbicides Application Labor & Materials (Turf) 1 Lunnp Sum $ 910.45 STRUCTURAL PRUNING (Canopy Trees) April & September (All inclusive of labor, equipment, watering, materials, and incidentials to complete the work) Unit Price (Nominal Qty's) 66 Virginia Live Oak 103 Each $ 75.00 67 Dwarflatropha 14 Each $ 15.50 68 East Palatka Holly 13 Each $ 15.50 69 Floss Silk Trees 5 Each $ 55.00 70 Hong Kong Orchid 4 Each $ 15.50 71 Hopi Crape Myrtle 65 Each $ 15.50 72 Other 1 - TBD 0 Each $ - 73 Other 2 - TBD 0 Each $ - STRUCTURAL PRUNING (Palms) June fronds, seed pods, and boots Unit Price (All inclusive of labor, equipment, watering, materials, and incidentials to complete the work) (Nominal Q 's 74 Alexander Palm 115 Each $ 17.50 75 Paurotis / Everglades Palm 16 Each $ 17.50 76 Foxtail Palm 3 Each $ 17.50 77 Sabal Palm / Cabbage Palm 162 Each $ 17.50 78 Other I - TBD 0 Each $ - 79 Other 2 - TBD 0 Each $ - LIGHT POLE CLEARING (upon request) Unit Price N ti ti O N C d s V M -W Q its ` e Packet Pg. 613 16.D.2.d Lamp Pole Spider Webs - Remove from lens face of fixture, upon request (Approx l5ft I Hour $ 17.50 80 height) Lamp Pole Tree Limbs -Remove from tens face of fixture, upon request (Approx 15ft I Hour $ 25.00 81 height) MULCHING (2 cubic foot bags) Unit Price 82 Application labor only rate (County supplied mulch) 1,000 Bag $ 5.00 Application labor & materials rate (Contractor supplied mulch) 1,000 Bag S 2.50 83 base: PRESSURE CLEANING (inclusive of all labor, materials, equipment to complete the work) Unit Price 'r 84 Brick Pavers & Concrete Surfaces 1,000 SQFT $ 0.22 TREE & PALM MAINTENANCE SERVICES Unit Price S (All inclusive of labor, equipment, watering, materials, and incidentials to complete the work) 85 Staking Small Canopy Tree I Each $ 42.00 2x2 posts and guy wire 4"- 6" caliper) 86 Staking Large Canopy Tree I Each $ 82.00 2x4 posts, greater than 6" caliper) 87 Staking Small Palm I Each $ 42.00 2x2 posts and a wire 4% 6" caliper) 88 Staking Large Palm I Each $ 82.00 2x4 posts. Rfeater than 6" caliper) 89 Restanding and Staking Small Canopy Tree I Each $ 42.00 2x2 posts and iy wire 4"- 6" caliper) 90 Restaking Large Canopy Tree I Each $ 82.00 2x4 posts, Beater than 6" caliper) 91 Restanding and Staking Small Palm I Each $ 92.00 4"- 6" Caliper) 92 Restanding and Staking Large Palm I Each $ 270.00 (Caliper greater than 6" 93 Removal: Small Tree - up to 10 feet in height I Each $ 130.00 includes root ball and slum Removal: Medium Tree - 1 I feet in height but less than 20 feet in height I Each $ 175.00 94 (includes root ball and shun Removal: Large Tree - 20 feet in height and greater I Each $ 800.00 95 includes root ball and stum Removal: Small Palm - Alexander, Pygmy Date, Momegomery, Thrinax, Cocothrinax I Each $ 175.00 96 includes root ball and shun 97 Removal: Medium Palm - Foxtail & Sabal I Each $ 230.00 includes root ball and stun 98 Removal: Large Palm - Royal & Bismarck I Each $ 675.00 includes root ball and stump) 99 Stump tip overs (small) 1 Each $ 125.00 100 Stump tip overs (medium) I Each $ 150.00 10t Stump tip overs (large) 1 Each $ 150.00 102 Soil replacement (fill in stump tip over hole) I Cubic Yard $ 85.00 103 Cut Dead Palm to a 3' stump (All sizes) I Hour $ 55.00 104 Cut Dead Tree to a 3' stump (All sizes) I Hour $ 55.00 105 Debris Removal I Cubic Yard $ 15.00 EQUIPMENT WITH OPERATOR RATES Unit Price (Inclusive of labor, equipment, fuel & materials) 106 Bucket / Lift Truck I Hour $ 235.00 107 Water Truck I Hour $ 185,00 108 Mini Excavator 1 Hour $ 195.00 109 Crane Truck I Hour $ 395.00 110 Skid Loader I Hour $ 215.00 MATERIALS MARKUP PERCENTAGE IS 15% ( oercentaee is a markup on non -bid line items. Receipts are required as backup with invoice for verification) tea. Packet Pg. 614 16.D.2.d Other Exhibit/Attachment Description: ❑ following this page (pages through ) OR this exhibit is not applicable Page 17 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 615 I 16.D.2.e I AC"R o CERTIFICATE OF LIABILITY INSURANCE DATE(II 05/04/2020 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 aCC Ext : (317) 464-5000 AIX No): (317) 464-5001 355 Indiana Avenue E-MAIL kathyhoyer@mcgowaninc.com ADDRESS: Suite 200 INSURER(S) AFFORDING COVERAGE NAIC # Indianapolis IN 46204 INSURERA: The Florists' Mutual Insurance Co 13978 INSURED INSURER B : Westchester Surplus Lines 18058 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 Citizens 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 �X OCCUR DAMAGE TO PREM SES Ea or ante $ 100,000 X MED EXP (Any one person) $ 5,000 Landscape Design E & O Intl X Pesticide Included PERSONAL &ADV INJURY $ 1,000,000 A Y BP13716 10/01/2019 10/01/2020 LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 HGEI'LAGGREGATE POLICY PRO ❑ LOC JECT PRODUCTS-COMP/OP AGG $ 2,000,000 Employee Benefits $ 1,000,000 OTHER Contractual Liability incl AUTOMOBILE LIABILITY CMBINED SINGLE LIMIT EaOaccident $ 1,000,000 X BODILY INJURY (Per person) $ ANYAUTO A OWNED SCHEDULED AUTOS ONLY AUTOS FMA00009633 10/01/2019 10/01/2020 BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY /� AUTOS ONLY Uninsured motorist $ 1,000,000 UMBRELLA LIAB X OCCUR EACH OCCURRENCE 10,000,000 $ AGGREGATE $ 10,000,000 A EXCESS LAB CLAIMS -MADE EX09712 10/01/2019 10/01/2020 DED I X 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 X STATUTE ERH 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 $ Pollution A G27582941 04/09/2020 04/09/2021 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 County Commissioners when required by written contract, subject to policy terms and conditions: 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) 20-7724 CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail East Naples SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE FL 34112 O/ , 1664 O N L9 u7 d I v C R L to C I d1 12 R V N C N ti ti O N a N E t v M Q @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 616 16. D.2.f FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT # 20-7724 for Golden Gate Beautification MSTU Grounds Maintenance THIS AGREEMENT, made and entered into on this day of 2020 by and between A&M Property Maintenance, LLC authorized to do business in the State of Florida, whose business address is 4396 Owens Way, Ave Maria, FL 34142 , (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 A upon the date of Board approval ] an and terminating on three (3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a � Purchase Order ❑ . 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ FN� Invitation to Bid (ITB) ❑ # 20-7724 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. 0 The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi -Contractor Agreement 2017.009 (Ver.1) Packet Pg. 617 16. D.2.f 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 FE-1 The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. 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): JEJ Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. 0 Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. FE-1 Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed Term Service Multi -Contractor Agreement 2017,008 (Ver.1) Packet Pg. 618 16. D.2.f 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. IItl�IMYYfWfM"�iWNFitl111ARilIVA1S11 WIF117NP1'l7112131N, NMI lPi • _ ■ � • - - _ MON... - ft�.:R - --- - •- - - - --• - - •• -• - -- - - .. - --- _: 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: Page 3 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 619 16. D.2.f Company Name: A&M Property Maintenance, LLC Address: 4396 Owens Way Ave Maria FL 34142 Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Sylvia B. Yzaguirre, Owner (239) 503-0303 aandmtotal(oyahoo.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Michelle Edwards Arnold Division Name: Public Transit & Neighborhood Enhancement Division Address: 8300 Radio Road Naples, FL 34104 Administrative Agent/PM: Dan Schumacker, Project Manager Telephone: (239) 252-5775 E-Mail(s): Dan. Schumacker(a-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. Page 4 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017,008 (Ver.1) Packet Pg. 620 16. D.2.f 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. R Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. R Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. OR 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 Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 621 16. D.2.f B- ❑ ❑ . F. Pollution : Coverage shall have minimum limits of $1,000,000 per claim. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 622 16. D.2.f 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Public Transit & Neighborhood Enhancement Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), 0 Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ tom/ 0 ITB/❑ der #20-7724 including Exhibits, Attachments and Addenda/Addendum, ❑ s4bee El 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 623 16. D.2.f located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 624 16. D.2.f 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. FO-1 CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. 0 WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the Page 9 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 625 16. D.2.f particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. 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. FE-1 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. X PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it Page 10 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 626 16. D.2.f foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. . - •- - -- - -• -- - -- -- - .. - - -- -----• -- -- ML- - -- Page I of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 627 16. D.2.f F■ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. FN-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. Z3-- - -- - -- - .. ..-- ••- -- - - -- - -- -• - -- - -- - -- ---113-- -- ._ .._. ... ._ . _ 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via a -mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 628 16. D.2.f County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38. 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 Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 629 16. D.2.f 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, Clerk of Courts & Comptroller M (SEAL) Dated: Contractor's Witnesses: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Burt L. Saunders , Chairman A&M Property Maintenance, LLC Contractor E-. / L By. Contractor's First i ness n, Ate Amw 8. Yzawyjap, TType/print witness nameT oi'31� p�,lll,p ontractor's Second Witness 1 0mms m cSanrlers TType/print witness nameT Approved as to Form and Legality: County Attorney Print Name S A IJ'YZAWIRRE / 0 ype/print signature and title Page 14 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) R Packet Pg. 630 16. D.2.f Exhibit A Scope of Services ❑N following this page (pages 1 through 11 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 631 16. D.2.f ITB # 20-7724 "Golden Gate Beautification MSTU Grounds Maintenance EXHIBIT A SCOPE OF SERVICES This Scope of Services outlines the minimum requirements of Collier County for the Contractor to provide Grounds Maintenance services, principally on the specified roadways within the boundaries of the Golden Gate Municipal Service Taxing Unit (MSTU). The responsibility to discern the Scope of Service detailed in this specification shall rest solely with the Contractor. A failure of the Contractor to accurately assess the Scope shall not relieve any of the responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional compensation. All sections of these Specifications may not be applicable to all service areas listed. The bid schedule quantities and frequencies are approximate for bidding purposes and may be modified as needed at the discretion of the MSTU Project Manager. Alternate services listed on the bid schedule may be requested from the Contractor or quotes may be requested separately by the Project Manager, following the Procurement Ordinance. A. SCOPE OF SERVICE The Contractor shall provide the Base grounds maintenance services detailed in this Work Areas and rates outlined in Exhibit B Fee Schedule,; as well as the Alternative Services on an as -needed basis. The Contractor shall provide all labor, tools, materials, and processes necessary to perform the work described hereunder to maintain the quality and health of the plant materials, and the safety of the public. Some items may be provided separately by the County (i.e. fertilizer, mulch, etc.) as identified. B. LICENSES & CERTIFICATIONS MINIMUM REQUIREMENTS There are minimum requirements to perform services under this contract which include proper licensing, certifications, and documentation as listed below. The contractor is required to perform services for routine landscape maintenance; however, the following services are authorized for the contractor to utilize the services of subcontractors. The contractor shall be liable in overseeing the subcontractor and that the services are performed per the specifications. • Arborist Services • Irrigation Services • Fertilizer Application • Pesticide, Fungicide, and Herbicide Applications Licenses and certifications pursuant to Collier County, Contractor's Licensing, Ordinance Number 2006-46, as amended, and Florida State Statutes. Licenses • Commercial Landscape; Landscape; Landscape Restricted; Landscape & Irrigation; or Unlimited Landscape. • Irrigation, plus a minimum of three (3) years' wet check and intermediate repair experience, including smart controller systems utilizing cell phone access. • Pest Control OR licensed sub -Contractor (see Certifications, below) Certifications • Fertilizer - Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. • Pest Control - Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S. o Employee - Identification Cards for non -certified employes Page 1 of 11 Packet Pg. 632 16. D.2.f -OR- o Sub -contractor - List of employee names and their issued ID card numbers that will perform pest control for the sub -contracted licensed company. Each ID cardholder 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 and/or Best Management Practices Certificate under Chapter 482.1562, F.S. (certificate must be obtained within six (6) months from contract execution). C. LOCATIONAND DESCRIPTION OF WORKAREAS The areas of work included in these specifications are located as described below and/or as shown in Exhibit B, Work Areas. WORK AREA DESCRIPTIONS: SUNSHINE BLVD: (Work Areas lb & Id) a. Sheet No. 1 - Improved Median on 18th Ave SW @ 40th Ter SW. b. Sheet No. 2 - i. Medians #1, #2, #3, #4, #5, #6. ii. Segments #7, #8. iii. Improved Median on 18th Plc SW @ Sunset Rd. iv. Irrigation Controller, Pump Station, & Electrical Shutoff located on Median #3. v. FPL meter located in alley behind 2001 Sunshine Blvd. 2. TROPICANA BLVD: (Work Areas lc & le) a. Sheet No. 3 - i. Medians #1, #2, #3, #4, #5, #6. ii. Pedestrian Shelter on Tropicana Blvd @ 31 st Ave SW. iii. Pedestrian Shelter on 28th Ave SW @ Tropicana Blvd. iv. Irrigation Controller, Pump Station, & Electrical Shutoff located on Median #4. v. FPL Meter located in alley behind 2841 Tropicana Blvd. 3. CORONADO PKWY: (Work Area If) a. Sheet No. 4 - i. Medians #l, #2, #3, #4, #5, #6, #7, #8, #9, #10, #11, #12. ii. Irrigation Controller is located on Hunter Blvd, Median #5. 4. HUNTER BLVD: (Work Area lg) a. Sheet No. 5 - i. Medians #l, #2, #3, #4, #5, #6, #7, #8, #9, #10, #11, #12, #13, #14. ii. Irrigation Controller, Pump Station, & Electrical Shutoff located on Median #5. (controls Irrigation on both Bunter Blvd & Coronado Pkwy) iii. FPL Meter located in alley behind 2243 Hunter Blvd. D. GROUNDS MAINTENANCE SERVICES Base grounds maintenance services in the designated MSTU area(s) as described below shall include trash removing, mowing, edging, weeding, general trimming & pruning, post -service cleaning, and inspecting & reporting. 1. Mowin Page 2 of 11 Packet Pg. 633 16. D.2.f • Mowing shall be performed in specified MSTU areas, including medians, along the outside edge of the sidewalks of adjacent properties which are not currently maintained by the property owners. • Right-of-way mowing of turf and applicable vegetation is required from back of curb or sidewalk to the right- of-way line. • Turf and vegetation shall be cut to a height of no less than three and one-half inches (3'/2") and the height of the grass blade shall not exceed six inches (6"). • Roadside swales shall be mowed throughout the entire year. When mowing is not possible due to standing water or soft ground, string trimmers shall be used to reduce the height of turf and vegetation to the waterline. • All turf shall be mowed with mulching type mower equipment to eliminate the need to bag and transport grass clippings. Should bagging be necessary, bagged clippings shall be collected and removed at no additional cost to the MSTU. All equipment guards and deflectors are to be installed and functional. • The Contractor shall use appropriate mowing practices, alternate patterns, or walk -behind equipment within narrow or water -soaked areas so as not to create wheel ruts or wear down the turf. • Ruts caused by mowers shall be repaired at no additional costs to the MSTU. • The Contractor shall avoid mowing patterns that eject clippings, rocks, or any miscellaneous debris onto pedestrians and vehicles or into moving traffic. 2. Eftin • Mechanical edging of turf boundaries shall be performed with each mowing to establish a clean line of demarcation and eliminate grass root runners. • Edged areas shall include parking lots, sidewalk edges, back of curbs, plant beds, utility service boxes, street light bases, sign posts, headwalls, guardrails, timer pedestals, posts and trees; as well as around isolated trees, sprinkler heads, valve boxes, shrubs, sign posts, and manholes, etc. where they exist. • Metal blade edging is not permitted along plant bed and turf boundaries where underground irrigation components are present. • Chemical herbicide shall not be used for edging. 3. Weeding • Weeding shall be performed weekly (or specified interval) throughout the year to provide a weed -free and well -maintained appearance, removing undesired and invasive vegetation on the ground (including palm pups). • Areas to be weeded include plant beds, mulched spaces, rocks, sidewalks (concrete, paver, asphalt, etc.), concrete medians, curb joints, utility bases and access boxes, guardrail bases, and tree grates, etc. • Weeds that are less than 3-inches from plantings shall be hand pulled. • The Contractor may have the option to use chemical weed -killer or pre -emergent, upon pre -approval by the Project Manager of both the location and product to be used. • Any plants damaged or killed by application of chemical weed -killer or pre -emergent shall be replaced at the expense of the Contractor within 72-hours. • Should concerns be identified regarding chemical weeding, the Project Manager may direct that hand - weeding be performed. 4. General Trimming & Pruning • General Trimming & Pruning shall be defined as the cutting of all vegetation below a height of ten feet (10') to keep and maintain a tight, well maintained appearance throughout the year. • This includes groundcovers, shrubs, trees (except magnolias), and palms. Page 3 of 11 Packet Pg. 634 16. D.2.f • See Specific Plant Maintenance, for specifications and heights for various foliage within the MSTU. • Within this specification, groundcovers and shrubs are "trimmed," while trees and palms are "pruned;" with the exception of magnolias. • Both trimming and pruning shall meet ANSI standards and include the removal of all diseased or dead vegetation, old leaf growth, broken branches, and suckers at tree bases. • Groundcovers and Shrubs shall be kept trimmed: o at regular intervals, generally monthly, except to allow for flowering. o with heights and shapes alternating by plant variety, or as determined by the MSTU Project Manager. o to an angled or rounded shape so as not to encroach over curbs or into roadways and pathways. o in a consistent manner for each plant variety to give the appearance of continuity throughout the landscape, adjusted as needed for local topography. o to maintain two feet (2') of clearance from the edge of curbs, sidewalks, roadways, pathways, etc. • Ornamental Grasses shall be kept trimmed: o after flowering, during the first two weeks of October and April (or as approved by the Project Manager). o at the base to remove old growth. o in a manner to provide a cone shape and without a flat top. • Hedges on the right-of-way shall be kept trimmed: o to maintain a height of six feet (6'). o to maintain a flat top and flat, vertical side toward the roadway. o to not extend over an adjacent sidewalk or roadway. o Property Owner Exception: ➢ Effected only upon written request from the Property Owner and signed approval by the Project Manager. ➢ Property Owner agrees to maintain hedge at maximum height of ten (10) feet at their expense consistent with the top and vertical side specifications as described above. ➢ Exception may be cancelled at any time by the Project Manager. • Trees and palms shall be kept pruned: o to clean out dead limbs, as well as seed pods, fronds, boots, and suckers, etc. o on a quarterly basis, or as needed, to maintain a minimurn ten -foot (10') canopy height over sidewalks and pedestrian pathways. • For line -of -sight visibility, vegetation of any kind within turn lanes, at median ends, and along intersection roadsides shall be trimmed or pruned to eighteen inches (18") height by October 1st of each year and subsequently maintained to no more than twenty-four inches (24") pet- FDOT Indexes. • The frequency of trimming or pruning may be adjusted at the direction of the Project Manager. 5. Trash Removing & Post -Service Cleaning Trash Removing — • At the start of Landscape Maintenance Service on the day of service and prior to mowing, the Contractor shall remove and dispose of all trash and debris from the service area and right-of-way. • This shall include, but is not limited to, horticultural and non -horticultural debris, palm fronds, tree branches and limbs, loose shrubbery, leaves, rocks, paper, bottles, cans, cigarette butts, and other miscellaneous objects on the ground or attached in the service area and the associated right-of-way. Page 4 of 11 Packet Pg. 635 16. D.2.f • Disposal of trash and debris shall be at a proper landfill or disposal site. Post -Service Cleaning — • On the same day as Weekly Landscape Service and before departing the MSTU, the entire service area shall be cleaned to maintain a neat and safe condition. • This includes removal of any accumulation of debris or anything generated from the maintenance performed. • All hard surfaces shall be blown -down; to include the four (4') foot area from the face of the sidewalks, gutters and curbs, turn lanes, medians, and adjacent parking lots and athletic courts. • Blow -down shall be directed toward the existing median landscape or turf, not into the roadway. • Grass clippings or other debris shall not be blown onto adjacent private property or accumulate on the right- of-way, paved areas, or blown into traffic or roadways. 6. Irrigation Check & Inspection • It shall be the Contractor's responsibility to inspect, operationally test at specified intervals, and perform minor to intermediate level repairs to the irrigation system as needed to enable proper and safe operation. • See "Irrigation Service" below for further description. 7. Inspecting, Reporting, & Invoicing • The Contractor shall inspect all plant, shrub, tree and grass areas in the MSTU during each base service. • The Contractor shall be responsible to promptly notify the MSTU Project Manager of any disease infestation, insect infestation, foliage die -off, irrigation issues, maintenance problems, additional necessary maintenance, or unusual occurrence or finding. • The Contractor shall be available for on -site inspection in the MSTU to verify work completed or to review open issues at the Project Managers request. • The Project Manager may request a monthly Landscape Maintenance Report be submitted by the Contractor after the last service week of each month. 8. Miscellaneous Responsibilities • The removal of existing tree and palm staking shall be the responsibility of the Contractor. • To avoid damage to curbs and turf, the Contractor shall provide and utilize ramps or other devices for ingress and egress, as needed. Darnage attributable to the Contractor shall be repaired at the Contractor's expense, as determined by the MSTU Project Manager. E. IRRIGATION SERVICE The landscape Contractor shall maintain the installed irrigation systern for proper function. The areas of responsibility shall include: • Update and coordinate the watering schedules with the Project Manager as required for monitoring purposes and make recommendations to the Project Manager as conditions warrant. All irrigation schedule change requests shall be confirmed via e-mail. • The Project Manager may request a monthly Irrigation Service Report be submitted by the Contractor after the last service week of each month. Page 5 of 11 Packet Pg. 636 16. D.2.f • NOTE: Contractor must have cell phone access to utilize HydroPoint / WeatherTRAI< control functions in the field, particularly for Wet Check testing. Regular Service Requirements • It shall be the Contractor's responsibility to inspect, operationally test, and perform minor repairs to the irrigation system at the Bid Schedule interval to enable proper and safe operation. • Repairs include replacement of heads, nozzles, decoders, 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, etc. • If any irrigation issues beyond the scope of the weekly service are determined, the Contractor shall promptly notify the MSTU Project Manager. • Visual inspection of the irrigation system(s) shall be performed to check for: o Cuts o Leaks o Pipe damage o Dry areas o Flooded areas o Damaged or deteriorated valve boxes • Operational testing of the irrigation system(s) shall be performed to verify that source water is available and accessible. o Pumps are operating. o Control enclosures are intact and controllers are powered and responding to inputs. o Controller activated zone control, zone sequence, and zone duration is operational. o Rain sensors are intact and functioning. o Valves are opened and closed to confirm proper function using cell phone Weathel'TRAK controller access, - OR - manually at the valve box only as a temporary backup method. o Spray patterns deliver complete water coverage while avoiding overspray. o Water meters are registering flow and water consumption readings are recorded. • Valve boxes shall be kept fully accessible and clear of debris inside, with lids fully closed when not being serviced. • Valve assemblies shall be inspected and cleaned, with sprinkler heads, nozzles, and screens cleared and adjusted. • Only County -approved replacement parts may be installed, and only matched precipitation head replacements may be installed. All irrigation parts shall be supplied by Collier County under a separate annual contract. The landscape Contractor must arrange for pickup or delivery in accordance with the Division's Standard Operating Procedures (SOPS). • Repairs to defective or non -operational controllers shall be performed only after direct consultation with the Project Manager. • Intermediate repairs are handled separately from Regular Irrigation Service. These include repairs to valves, controllers, electrical wiring and main lines. Prior to proceeding, the Project Manager shall be consulted, the repairs evaluated and quoted. Major repairs may be sourced separately from other Contractors, as determined by the Project Manager. • PARTS: Irrigation parts are available for pick-up under separate county Purchase Order(s) with local vendors, identified by the Project Manager. Page 6 of 11 Packet Pg. 637 16. D.2.f F. ORNAMENTAL & TURF SPRAYING Application • Spraying of trees, shrubs, plants, and turf is to be performed by the Contractor, who must be certified to apply the chemicals (pesticides) used. • If the primary Contractor is not certified, a certified sub -Contractor may be hired upon approval by the Project Manager and at no additional cost to the MSTU. • Every insecticide, fungicide, and herbicide chemical to be applied shall be approved by the Environmental Protection Agency for its intended use and manner of application. • The rate of application shall conform to specifications on the manufacture's labels. • Applications shall be performed when the plant material is dry. • Special applications may be performed upon prior approval of the Project Manager. General Schedule • Spraying may be performed upon prior approval by the Project Manager. • Time frames: Trees, Shrubs, Groundcovers, Turf Chemical General Insecticide As -needed Fungicide As -needed Beds Turf Chemical General Pre -emergent Post - Herbicide ` As -needed Feb I Sep Nov Chemical General I Pre -emergent Post -emergent HerbicideAs-needed I Feb 7 Sep I Nov Jan I Mar Records Records must be kept of all chemical (pesticide) applications, including: • Name of person performing the application. • Trade name & manufacturer. • Date & time of application. • Weather conditions. G. FERTILIZER Application • Fertilizer is customarily supplied by Collier County under a separate annual contract at the time of application with delivery coordinated by the receiving Contractor. • Project Manager may direct the contractor to both supply and apply fertilizer based on the Bid Schedule rate. • Fertilizing shall be performed at prescribed intervals throughout the year. • Slow release formulations shall be used when available. Page 7 of 11 Packet Pg. 638 16. D.2.f • Fertilizer shall be broadcast throughout the designated medians, planting beds, and turf areas. • Tree bases and pit areas shall be fertilized evenly so as not to produce a fertilizer ring. • Shrubs and groundcovers shall have the fertilizer blown or fan raked off the foliage following the broadcast application. • Fertilizers shall be removed from curbs, sidewalks, and any surfaces where staining may occur. H. MULCH Application • Mulch is customarily supplied by Collier County under a separate annual contract at the time of application with delivery coordinated by the receiving Contractor. • Project Manager may direct the contractor to both supply and apply mulch based on the Bid Schedule rate. • The timetable for installing mulch shall be on an as -needed basis, upon direction by MSTU Project Manager. • All designated plant beds shall be mulched by covering all implanted areas in bed. • The areas to receive mulch shall be raked to establish a level base. • Areas to receive an initial application of mulch shall have mulch evenly distributed to provide a three inch (3") non -compacted or unsettled depth, measured from the base. • Areas to be re -mulched shall have mulch evenly distributed to provide a two inch (2") non -compacted or unsettled depth, measured from the base. • Mulch shall not be placed over valves or valve boxes that are located within mulched areas. • All adjacent areas not mulched (curbs, sidewalks, roadways, etc.) shall be cleared of any mulch or foreign debris. • Upon completion of mulching, all excess material, bags and foreign debris shall be collected and disposed of by the Contractor, leaving the overall landscape in a neat and orderly condition. L MAINTENANCE OF TRAFFIC (MOT) • The Contractor shall verify current MOT certification and comply with the requirements of Collier County's Maintenance of Traffic (MOT) Policy. • The Contractor shall utilize adequate barricades, warning devices, and the necessary safety equipment according to Collier County Right -of -Way Ordinance. • Flagmen are required when two-way traffic is obstructed. • Blocking of a public right-of-way (ROW) or street, except under extreme emergency conditions, shall not be permitted without prior approval of the Project Manager and arrangements made with agencies having jurisdiction over the street to be closed. • For safe worker visibility; approved bright day -glow red/yellow/orange colored safety vests (Class 3) shall be worn by employees when servicing the area. J. REPORTS • Monthly or weekly grounds maintenance reports may be required by the Project Manager. • Reports shall be written in English. • Grounds maintenance reports shall be emailed to the Project Manager prior to or simultaneous with submission of invoices for payment. • Report format shall be as specified by the Project Manager. Page 8 of 11 Packet Pg. 639 16. D.2.f • Contractor's format may be acceptable, upon review and approval by the Project Manager. K. MEETING ATTENDANCE • Required meetings: o The Contractor shall attend a monthly field review (drive -through) scheduled 1-week before the Advisory Committee meeting. (approx. I -hour) o The Contractor shall attend the monthly MSTU Advisory Committee meeting to discuss the ongoing status of Landscape and Irrigation maintenance, per the weekly/monthly report(s), and answer any questions. (approx. 1-hour) o At the request of the Project Manager, the Contractor shall be available for on -site inspection in the MSTU to verify work completed or to review open issues. • There shall be no additional charge for attendance at these meetings. L. GENERAL PROVISIONS • The Contractor shall identify an English-speaking singular point of contact with radio, cellular phone and e-mail for on -site and off -site communication to coordinate with the Project Manager. • The Contractor shall provide a sufficient crew size for each Weekly Landscape Service to be completed within one (1) day, and if required, a consecutive day immediately following. • Professional courtesy, conduct, and clothing are expected at all times. • Replacement of plants, shrubs, trees, grass or foliage due to death caused by neglect or damage by the Contractor, Contractor's employees or a sub -Contractor, as determined by the Project Manager, shall be at the Contractor's sole expense. • Accidents, thefts, and vandalism shall be reported to the Project Manager on the same day as discovered, including pictures when reasonably accessible to be taken. M. CONTRACTOR EMPLOYEES • All employees of the Contractor working under this specification shall at all times be sole employees of the Contractor's company and under the Contractor's sole direction and not an employee or agent of Collier County. • The Contractor shall supply competent and physically capable employees. • At the direction of the Project Manager, the Contractor shall remove any employee deemed to be careless, incompetent, insubordinate, or otherwise objectionable and whose continued services are not in the best interest of the County. N. SUB -CONTRACTING • Contractor use of a sub -Contractor, compliant with all County provisions, may be requested in writing to the Project Manager. • The cost of utilizing a sub -Contractor shall not exceed that of the Bid Specification or add cost to the MSTU; including any markup, if applicable. • Detailed sub -Contractor invoices, Bill of Material's (BOM), and receipts shall accompany Contractor's invoice to the County. O. HOURS OF SERVICE Page 9 of 11 Packet Pg. 640 16. D.2.f Work performed at the specific direction of the Project Manager and billable at hourly rates shall be invoiced as follows: • Normal Hours - from 6:00 AM to 6:00 PM • After Hours - from 6:01 PM to 5:59 AM After Hours service must be pre -approved by the Project Manager at each occurrence. A MARK-UP • Material mark-up is fixed at cost at plus 15%. DISCLAIMER: Every effort has been made toward accuracy and completeness. Errors or omissions will be corrected when identified. Trimming & Pruning The following table lists specific plant varieties and acceptable pruning for each. During the course of this contract, pruning specifications may be changed or added at the direction of the MSTU Project Manager. All changes to this table shall be submitted in writing to the Contractor for implementation. If changes in the table result in a different cost of service, the Contractor shall submit a change request in writing to the Project Manager detailing the additional work and price difference. Golden Gate M.S.T.U. Trim & Prune Guidelines Common Name Scientific Name Trimming Guidelines Shrubs • Maintain 24" rounded ht. & 2 ft. offset from back of curb, within limits of clear sight areas Bougainvillea (Dwarf) Bougainvillea glabra 'Helen • Frequency: Remove shoots weekly Johnson' Bi-seasonal 50% heavy reduction only upon approval • Maintain 36" rounded ht. & 2 ft. offset from back of curb Bougainvillea'Silhouette' Bougianvillea spp. 'Silhouette' • Frequency: Remove shoots weekly • Bi-seasonal 50% heavy reduction upon approval • Trim to 36" rounded ht. Firebush (Dwarf) Hamelia patens • Maintain up to 48" rounded ht. 'Galbra' • Frequency: As needed • Trim to 36" rounded ht. Plumbago Plumbago auriculata 'Imperial • Maintain up to 48" rounded ht. Blue' • Frequency: Remove shoots weekly Page 10 of 11 Packet Pg. 641 16. D.2.f • Trim to maintain natural rounded ht. • Maintain up to 60" rounded ht. Saw Palmetto (Silver or Serenoa repens • Frequency: As needed for shape and to Green) remove dead stems • Trim to 36" rounded ht. • Maintain up to 48" rounded ht. Schefflera arboricola • Maintain 24" rounded ht. in limits of clear Schefflera (Dwarf) 'Trinette' sight areas • Frequency: As needed n/a Accent Plants n/a n/a Golden Gate M.S.T.U. Trim & Prune Guidelines (Con't.) Native & Ornmental Grasses • Trim level at 2" above grade & 2ft. Offset from back of curb Pink Muhly grass Muhlenbergia capillaris • Frequency: After blooming or in March and July for 100% rejuvenation • Trim level at 2" above grade Sandcord grass Spartina bakeri • Frequency: Once per year in July for 100% rejuvenation, if needed Ground Covers • Remove dead or diseased foliage and flower stalks Blueberry Flax Lily Dianella tasmanica • Frequency: April and October 'Variegata' • 75% rejuvenation cut only upon approval • Uniform shape to 18" ht. in limits of clear Crown of Thorn (Dwarf) Euphorbia milii sight areas Big Rose, • Frequency: As needed • Uniform shape to 24" ht. in limits of clear Juniper Parsoni Juniper chinensis sight areas Parsonii, • Frequency: As needed • Mow at 4-inch blade ht. to tip foliage Perennial Peanut Archis glabrata • Frequency: Once per year in June 'Ecoturf • No pruning necessary except to remove dead or diseased foliage Spider Lily Hymenocallis latifolia • Frequency: As needed • 100% rejuvenation cut only upon approval Page 11 of 11 Packet Pg. 642 16. D.2.f Exhibit B Fee Schedule following this page (pages 1 through Page 16 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 643 16. D.2.f ITB# 20-7724 "Golden Gate Beautification MSTU Grounds Maintenance EXHIBIT B FEE SCHEDULE A&M Maintenance, LLC SECTION 1: Improved Medians - Work Area ld Bidder Name: SECONDARY CONTRACTOR A. IMPROVED MEDIANS - Not Irrigated Item -' Descriptions Qty UOM Unit Price d 1 I 18th Ave SW @ 40th Ter SW: Median - Edge only & Items 6, 7 & 8 (Bi-Weekly) 26 Week $ 50.00 2 1 18th Plc SW @ Sunset Rd: Median - Edge only & Items 6, 7 & 8 (Bi-Weekly) 26 Week $ 50.00 SECTION 1: Sunshine Blvd - Work Area lb EXHIBIT A: Sheet No. 2 B. ROUTINEMAINTENANCE Item Description Qty UOM Unit Price ' 3 Pre -Service Trash & Debris Removal - All Areas (including Items 1 & 2, above) 52 Week $ 100.00 4 Mowing & Edging - Medians 52 Week $ l %00 5 Mowing & Edging -Side ROW's, (1) Commercial Mower Pass (Bi-Weekly) 26 Week $ 150.00 6 Weeding - Medians - Hand & Chemical 52 Week $ 125.00 7 General Site Trimming & Pruning - Medians (Bi-Weekly) 26 Week $ 300.00 8 Post -Service Cleaning - All Areas 52 Week $ 100.00 C. AREA SPECIFIC PESTICIDES - Contractor supplies all chemicals & application Item ' Description Qty UOM Unit Price 9 Groundcover, Shrubs, & Trees: Insecticides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 10 Groundcover, Shrubs, & Trees: Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 I I Groundcover, Shrubs, & Trees: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 I 1 Turf: Insecticides & Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 12 Turf: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 D. IRRIGATION MAINTENANCE - requires Cell Phone access to WeatherTRAK controller for Wet -Checks Item '. Description Qty UOAI Unit Price 13 1 Irrigation System Inspection & Wet -Check (Bi-Weekly) 26 Week $ 250.00 SECTION 2: Tropicana Blvd & PEDESTRIAN SHELTERS -Work Areas is & le (Medians & Side ROW) EXHIBIT A: Sheet No. 3 E. 'ROUTINE MAINTENANCE 1 Item '. Description Qty UOAI Unit Price 14 Pre -Service Trash & Debris Removal - All Areas 52 Week $ 100.00 15 Mowing & Edging - Medians 52 Week $ 150.00 16 Mowing & Edging- Side ROW's, (1) Commercial Mower Pass (Bi-Weekly) 26 Week $ 150.00 17 Weeding - Medians - Hand & Chemical 52 Week $ 125.00 18 1 General Site Trimming & Pruning - Medians (Bi-Weekly) 26 1 Week $ 300.00 19 1 Post -Service Cleaning - All Areas 52 Week $ 100.00 F. AREA SPECIFIC PESTICIDES - Contractor supplies all chemicals & application Item Description Qty UOM Unit Price 19 Groundcover, Shntbs, & Trees: Insecticides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 20 Groundcover, Shrubs, & Trees: Fungicides, applied to total roadway and areas as needed per Month 12 Month S 25.00 21 Groundcover, Shrubs, & Trees: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 21 Turf: Insecticides & Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 22 Turf: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 N 00 N N C d E t tJ Q Packet Pg. 644 16. D.2.f G. IRRIGATION MAINTENANCE - requires Cell Phone access to WeatherTRAK controller for Wet -Checks Item - Description Qty DOM Unit Price' 23 Irrigation System Inspection & Wet -Check (Bi-Weekly) 26 Week $ 250.00 SECTION 3: Coronado Plavy - Work Area If (Medians & Side ROW) EXHIBIT A: Sheet No. 4 H. ROUTINE MAINTENANCE> Item Description Qty UOM Unit Price 24 Pre -Service Trash & Debris Removal - All Areas 52 Week $ 125.00 25 Mowing & Edging - Medians 52 Week $ 50.00 26 Mowing & Edging -Side ROW's, (1) Commercial Mower Pass (Bi-Weekly) 26 Week $ 100.00 27 Weeding - Medians - Hand & Chemical 52 Week $ 125.00 28 General Site Trimming & Pruning - Medians (Bi-Weekly) 26 Week $ 500.00 29 Post -Service Cleaning - All Areas 52 Week S 100.00 I. AREA SPECIFIC PESTICIDES - Contractor supplies all chemicals & application `. Item + Description Qty UONI Unit Price'-: 30 Groundcover, Shrubs, & Trees: Insecticides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 31 Groundcover, Shrubs, & Trees: Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 32 Groundcover, Shrubs, & Trees: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 32 Turf: Insecticides & Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 33 Turf: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 J. IRRIGATION MAINTENANCE - requires Cell Phone access to WeatherTRAK controller for Wet -Checks Item I Description Qty UOM Unit Price <: 34 1 Irrigation System Inspection & Wet -Check (Bi-Weekly) 26 Week $ 250.00 SECTION 4: Hunter Blvd -Work Area Ig (Medians & Side ROW) EXHIBIT A: Sheet No. 5 K. ROUTINE MAINTENANCE' Item Description Qty UOM Unit Price 35 Pre -Service Trash & Debris Removal - All Areas 52 Week $ 125.00 36 Mowing & Edging - Medians 52 Week $ 50.00 37 Mowing & Edging - Side ROW's, (1) Commercial Mower Pass (Bi-Weekly) 26 Week $ 100.00 38 Weeding - Medians - Hand & Chemical 52 Week $ 125.00 39 General Site Trimming & Pruning - Medians (Bi-Weekly) 26 Week $ 500.00 40 Post -Service Cleaning - All Areas 52 Week $ 100.00 L. AREA SPECIFIC PESTICIDES - Contractor supplies all chemicals & application '. Item ' Description Qty UOM Unit Price >. 41 Groundcover, Shrubs, & Trees: Insecticides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 42 Groundcover, Shrubs, & Trees: Fungicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 43 Groundcover, Shrubs, & Trees: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 43 Turf: Insecticides & Fungicides, applied to total roadway and areas as needed per Month 12 Montln $ 25.00 44 Turf: Herbicides, applied to total roadway and areas as needed per Month 12 Month $ 25.00 M. IRRIGATION MAINTENANCE - requires Cell Phone access to WeatherTRAK controller for Wet -Checks Item I Description Qty DOM Unit Price 45 1 Irrigation System Inspection & Wet -Check (Bi-Weekly) 26 Week $ 250.00 N. STAFF SERVICES REGULAR LABOR HOURS Item Description Qty UOM Unit Price 46 Landscape Supervisor 40 Hour $ 75.00 47 Landscape Laborer 40 Hour $ 50.00 48 Irrigation Supervisor 40 Hour $ 75.00 49 Irrigation Technician 40 Hour $ %00 N 00 N N T_ C d E t V Q Packet Pg. 645 16. D.2.f AFTER HOURS LABOR HOURS (pre -approved by the Project Manager) Item "Description " Qty UOM Unit Price 50 Landscape Supervisor base: 6:01 p.m. - 5:59 a.m. 2 Hour $ 100.00 51 Landscape Laborer base: 6:01 P.m. - 5:59 a.m. 2 Hour $ 75.00 52 Irrigation Supervisor base: 6:01 D.m. - 5:59 a.m. 2 Hour $ 100.00 53 Irrigation Technician base: 6:01 p.m. - 5:59 a.m. 2 Hour $ 75.00 O. ALTERNATIVE SERVICES Item I Description Qty UOM Unit Price EMERGENCY LABOR HOURS (pre -approved by the Project Manager) 54 Landscape Supervisor 9:00 p.m. Frida - 5:59 a.m. Monday 1 Hour $ 75.00 55 Landscape Laborer 9:00 p.m. Friday - 5:59 a.m. Monday 1 Hour $ 50.00 54 Irrigation Supervisor 9:00 p.m. Frida - 5:59 a.m. Monday i Hour $ 75.00 55 Irrigation Technician 9:00 p.ni, Friday - 5:59 a.m. Monday I Hour $ 50.00 FERTILIZATION: Turf, Groundcover, Shrub, Tree, & Palm (Granular- County supplied / Liquid -Contractor supplied) 56 8-0-12-I80 Approx 130 bags total a 50 lb/bag, 2 apps/year (65+65) - Application Price/bag Turf, Groundcover, Shrubs, Trees 130 50 LB Bag S 12.00 57 0-0-22 (So-Po-Mag) Approx 4 bags total a 50 lb/bag, 2 apps/year (2+2) - Application Price/bag Palms 2 50 LB Bag $ 12.00 58 Application labor rate only (Granular fertilizer, Micronutrients, County Supplied) 1 50 LB Bag $ 12.00 59 Application labor &materials (Drench) Se uestrene Iron Contractor supplied)I Lump Sum $ 75.00 60 Application labor & materials 20-20-20 w/Ferromec AC 13-0-0 plus 6% Iron Contractor supplied) I Lump Sum $ 75.00 ORNAMENTAL & TURF SPRAYING: Turf, Groundcover, Shrub, Tree, and Palm (Contractor supplied chemicals) 61 Insecticides & Fungicides Application Labor & Materials (Foliar) I Lump Stan $ 75.00 62 Insecticides & Fungicides Application Labor & Materials (Drench) I Lump Sum S 75.00 63 Insecticides & Fungicides Application Labor & Materials (Turf) 1 Lump Stan $ 75.00 64 Herbicides Application Labor & Materials (Pre- or Post- Emergent) 1 Lump Stan $ 75.00 65 Herbicides Application Labor & Materials (Turf) I Lump Sum $ 75.00 STRUCTURAL PRUNING (Canopy Trees) April & September (All inclusive of labor, equipment, watering, materials, and incidentials to complete the work) (Nominal Qty's) Unit Price 66 Virginia Live Oak 1_03 Each $ 75.00 67 Dwarf Jatropina 14 Each $ 50.00 68 East Palatka Holly 13 Each $ 50.00 69 Floss Silk Trees 5 Each $ 50.00 70 Hong Kong Orchid 4 Each $ 50.00 71 Hopi Crape Myrtle 65 Each $ 30.00 72 Other I - TBD 0 Each $ - 73 Other 2 - TBD 0 Each $ - STRUCTURAL PRUNING (Palms) June fronds, seed pods, and boots (All inclusive of labor, equipment, watering, materials, and incidentials to complete the work) (Nominal Qty's) Unit Price 74 Alexander Palm 115 Each 1 $ 30.00 75 Paurotis/ Everglades Palm 16 Each $ 50.00 76 Foxtail Palm 3 Each $ 30.00 77 Sabal Palm / Cabbage Palm 162 Each $ 50.00 78 Other 1 - TBD 0 Each $ - 79 Other 2 - TBD 0 Each $ - N 00 N N C d E t V O Q Packet Pg. 646 16. D.2.f LIGHT POLE CLEARING (upon request) Unit Price Lamp Pole Spider Webs - Remove from lefts face of fixture, upon request (Approx 15R 1 Hour $ 25.00 80 height) Lamp Pole Tree Limbs - Remove from lens face of fixture, upon request (Approx 15ft 1 Hour $ 25.00 81 height) MULCHING (2 cubic foot bags) Unit Price 82 Application labor only rate (County supplied mulch) 1,000 Bag $ 3.00 Application labor & materials rate (Contractor supplied mulch) 1,000 Bag $ 6.00 83 base: PRESSURE CLEANING (inclusive of all labor, materials, equipment to complete the work) Unit Price 84 1 Brick Pavers & Concrete Surfaces 1,000 SQFT S 0.50 TREE & PALM MAINTENANCE SERVICES ..Unit Price (All inclusive of labor, equipment, watering, materials, and incidentials to complete the work) 85 Staking Small Canopy Tree I Each $ 100.00 2x2 nosts and guy wire 4"- 6" caliper) 86 Staking Large Canopy Tree I Each $ 125.00 2x4 posts, greater than 6" caliper) 87 Staking Small Palm 1 Each $ 60.00 2x2 posts and giy wire 4% 6" caliper)88 Staking Large Palm I Each $ 80.00 2x4 posts, greater than 6" caliper)89 Restanding and Staking Small Canopy Tree 1 Each $ 200.00 2x2 posts.and guy wire 4"- 6" caliper)90 Restaking Large Canopy Tree I Each $ 250.00 2x4 posts, greater than 6" caliper) 91 Restanding and Staking Small Palm I Each $ 200.00 4%6"Cali er 92 Restanding and Staking Large Palm I Each $ 250.00 Cali er greater than 6" 93 Removal: Small Tree - up to 10 feet in height I Each S 175.00 includes root ball and stump) 94 Removal: Medium Tree - I 1 feet in height but less than 20 feet in height I Each $ 400.00 includes root ball and shun 95 Removal: Large Tree - 20 feet in height and greater I Each $ 800.00 includes root ball and stump) Removal: Small Palm - Alexander, Pygmy Date, Montegomery, Thrinax, Cocothrinax I Each S 100.00 96 (includes root ball and stump) 97 Removal: Medium Palm - Foxtail & Sabal I Each $ 200.00 includes root ball and stump) 98 Removal: Large Palm - Royal & Bismarck I Each $ 000.00 includes root ball and stomp) 99 Stump tip overs (small) I Each $ 200,00 100 Stump tip overs (medium) I Each $ 400.00 101 Stump tip overs (large) 1 Each $ 600.00 102 Soil replacement (fill in stump tip over hole) I Cubic Yard $ 200.00 103 Cut Dead Palm to a 3' stump (All sizes) I Hour $ 350.00 104 Cut Dead Tree to a 3' stump (All sizes) I Hour $ 400.00 105 Debris Removal 1 Cubic Yard $ 75.00 EQUIPMENT WITH OPERATOR RATES Unit Price' (Inclusive of Jabot-, equipment, fuel & materials) 106 Bucket / Lift Truck I Hour $ 100.00 107 Water Truck I Hour $ 150.00 108 Mini Excavator 1 Hour $ 200.00 109 Crane Truck I Hour $ 300.00 110 Skid Loader I Hour $ 200.00 N 00 N N MATERIALS MARKUP PERCENTAGE IS 15% _ ( percentage is a markup on non -bid line items. 'Receipts are required as backup with invoice for verification) d E t t, O Q Packet Pg. 6 7!] 16. D.2.f Other Exhibit/Attachment Description: ❑ following this page (pages through ) A■ this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 648 OR" 16.D.2.g AC CERTIFICATE OF LIABILITY INSURANCE DATE( 12/19/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE! BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ 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 endorsec If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement oI this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Karin Staruch Brown & Brown Of Florida, Inc. PHONE FAx 1421 Pine Ridge Road AIC No Ext : 239-261-5143 AIC No), Suite 2300 ADDRESS: certs@bbswfla.com Naples FL 34109 INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Southern -Owners Insurance Company 10190 i INSURED 148443 A&M Property Maintenance LLC INSURERS: Owners Insurance Company 32700 4396 Owens Way INSURER C: Westchester Fire Insurance Company Ave Maria FL 34142 INSURER D : i INSURER E: i COVERAGES CERTIFICATE NUMBER:2138747335 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO[ INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI; CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DDIYYYY LIMITS B X COMMERCIAL GENERAL LIABILITY Y 5209508201 12/16/2019 12/16/2020 EACH OCCURRENCE $1,000,000 CLAIMS -MADE � OCCUR TED PREMISES (Ea oDAMAGE TO ccurrence) $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY ❑ PRO- JECT ❑ LOC X PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: B AUTOMOBILE LIABILITY 5209508201 12/16/2019 12/16/2020 COEaMBINED accident SINGLE LIMIT $ 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY A X UMBRELLA LIAB X OCCUR 5209508200 12/16/2019 12/16/2020 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 EXCESS LIAB CLAIMS -MADE DED X RETENTION $ In nnn $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ C Pollution Liability G70967285001 10/8/2019 10/8/2020 Aggregate $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) General Liability - Blanket Additional Insured Primary and Non Contributory only with respect to liability arising out of "your work" per form 55373 (1-07) when required by written contract, Waiver of Subrogation per form 55091 (05/09) when required by written contract. Automobile - Designated Insured per form 58504 (1-15), Waiver of Our Right to Recover Payments (Waiver of Subrogation) -Blanket when required by written contract perform 58583 (01-15). Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR, Collier County included as additional insured per forms above when required by a written contract. For any and all work performed on behalf of Collier County. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail E Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED II ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 6v��- 4rV&A­,0 Q ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 649 Agency Code 12-0233-00 Policy Number 18471 16.D.2.g COMMERCIAL GENERAL LIABILITY 55373 (1-07) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM. A. Under SECTION II - WHO IS AN INSURED, the following is added: A person or organization is an Additional Insured, only with respect to liability arising out of "your work" for that Additional Insured by or for you: 1. If required in a written contract or agreement; or 2. If required by an oral contract or agreement only if a Certificate of Insurance was issued prior to the loss indicating that the person or organiza- tion was an Additional Insured. B. Under SECTION III - LIMITS OF INSURANCE, the following is added: The limits of liability for the Additional Insured are those specified in the written contract or agreement between the insured and the owner, lessee or contractor or those specified in the Certificate of Insurance, if an oral contract or agreement, not to exceed the limits provided in this policy. These limits are inclusive of and not in addition to the limits of insurance shown in the Declarations. C. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, is amended as follows: 1. The following provision is added to 4. Other Insurance: This insurance is primary for the Additional Insured, but only with respect to liability arising out of "your work" for that Additional Insured by or for you. Other insurance available to the Additional Insured will apply as excess insur- ance and not contribute as primary insurance to the insurance provided by this endorsement. 2. The following provision is added: Other Additional Insured Coverage Issued By Us If this policy provides coverage for the same loss to any Additional Insured specifically shown as an Additional Insured in another endorsement to this policy, our maximum limit of insurance under this endorsement and any other endorse- ment shall not exceed the limit of insurance in the written contract or agreement between the insured and the owner, lessee or contractor, or the limits provided in this policy, whichever is less. Our maximum limit of insurance arising out of an 'occurrence", shall not exceed the limit of insurance shown in the Declarations, regard- less of the number of insureds or Additional Insureds. All other policy terms and conditions apply. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 55373 (1-07) Copyright Insurance Services Office, Inc., 1984, 2003. Page 1 of 1 0 N 0 M a� c L c 0a Q v N I- ti 0 N C N >_ t V R r r Q Packet Pg. 650 Agency Code 12-0233-00 Policy Number 18471 16.D.2.g COMMERCIAL GENERAL LIABILITY 55091 (10-08) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. 1. EXTENDED WATERCRAFT LIABILITY Under SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions, g., exclusion (2) is deleted and is replaced by the following: (2) A watercraft you do not own that is: (a) Less than 50 feet long; and (b) Not being used to carry persons or property for a charge; 2. HIRED AUTO AND NON -OWNED AUTO LIABILITY Coverage for "bodily injury" and "property damage" liability provided under SECTION I COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, is extended as follows under this item, but only if you do not have any other insurance available to you which affords the same or similar coverage. Coverage We will pay those sums the insured becomes legally obligated to pay as damages because of "bodily injury" or "property damage" arising out of the main- tenance or use of an "auto": a. You do not own; b. Which is not registered in your name; or c. Which is not leased or rented to you for more than ninety consecutive days Exclusions With respect to only HIRED AUTO AND NON - OWNED AUTO LIABILITY, the exclusions which apply to SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, other than the Nuclear Energy Liability Exclusion Endorsement, do not apply. The following exclusions apply to this coverage: This coverage does not apply to: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" resulting from the use of reasonable force to protect persons or property. b. Any obligation of the insured under a workers compensation, disability benefits or unemploy- ment compensation law or any similar law. c. (1) "Bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": (a) That are, or are contained in any property that is: 1) Being transported or towed by, handled or prepared for placement into or upon, or taken from the "auto"; 2) Otherwise in the course of transit by and which is used in your business. you or on your behalf; or Includes copyrighted material of Insurance Services Office, Inc., with its permission. 55091 (10-08) Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 1 of 7 0 N 0 M v a� c L c 0a Q v N ti 0 N c m E z U a r Q Packet Pg. 651 Agency Code 12-0233-00 Policy Number 18471 16.D.2.g 3) Being disposed of, stored, treated or processed into or upon the "auto"; (b) Before such "pollutants" or property con- taining "pollutants" are moved from the place they are accepted by you or anyone acting on your behalf for placement into or onto the "auto"; or (c) After such "pollutants" or property containing "pollutants" are removed from the "auto" to where they are delivered, disposed of or abandoned by you or anyone acting in your behalf. c. (1) (a) above does not apply to "pollu- tants" that are needed or result from the normal mechanical, electrical or hydraulic functioning of the "auto" or its parts, if the discharge, release, escape, seepage, migration or dispersal of such "pollutants" is directly from a part of the "auto" designed to hold, store, receive or dispose of such "pollutants" by the "auto" manufacturer. c. (1) (b) and c. (1) (c) above do not apply, if as a direct result of maintenance or use of the "auto", "pollutants" or property contain- ing "pollutants" which are not in or upon the "auto", are upset, overturned or damaged at any premises not owned by or leased to you. The discharge, release, escape, seepage, migration or dispersal of the "pollutants" must be directly caused by such upset, overturn or damage. (2) Any loss, cost or expense arising out of any: (a) Request, demand or order that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants"; or (b) Claim or "suit" by or on behalf of a gov- ernmental authority for damages be- cause of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of "pollutants". (1) War, including undeclared or civil war; (2) Warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any govern- ment, sovereign or other authority using military personnel or other agents; or (3) Insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. e. "Bodily injury" or "property damage" for which the insured is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages: (1) Assumed in a contract or agreement that is an "insured contract", provided the "bodily injury" or "property damage" occurs subse- quent to the execution of the contract or agreement. However, if the insurance under this policy does not apply to the liability of the insured, it also does not apply to such liability assumed by the insured under an "insured contract". (2) That the insured would have in the absence of the contract or agreement. f. "Property damage" to: (1) Property owned or being transported by, or rented or loaned to any insured; or (2) Property in the care, custody or control of any insured other than "property damage" to a residence or a private garage by a private passenger "auto" covered by this coverage. g. "Bodily injury" to: (1) An "employee" of the insured arising out of and in the course of employment by the insured; or (2) The spouse, child, parent, brother or sister of that "employee" as a consequence of Paragraph (1) above. d. "Bodily injury" or "property damage" however This exclusion applies: caused, arising directly or indirectly, out of: Includes copyrighted material of Insurance Services Office, Inc., with its permission. 55091 (10-08) Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 2 of 7 0 N O M �I a� c c M 0a Q v N ti 0 N c m E M U a r r Q Packet Pg. 652 Agency Code 12-0233-00 Policy Number 18471 16.D.2.g (1) Whether the insured may be liable as an employer or in any other capacity; and (2) To any obligation to share damages with or repay someone else who must pay dam- ages because of the injury. This exclusion does not apply to: (1) Liability assumed by the insured under an "insured contract". (2) "Bodily injury" to any "employee" of the in- sured arising out of and in the course of his domestic employment by the insured unless benefits for such injury are in whole or in part either payable or required to be pro- vided under any workers compensation law. Who Is An Insured With respect to only this coverage, SECTION II - WHO IS AN INSURED, is deleted and replaced by the following: SECTION II - WHO IS AN INSURED Each of the following is an insured with respect to this coverage: a. You. b. Your partners if you are designated in the Declarations as a partnership or a joint venture c. Your members if you are designated in the Declarations as a limited liability company. d. Your "executive officers" if you are designated in the Declarations as an organization other than a partnership, joint venture or limited liability company. e. Any person using the "auto" and any person or organization legally responsible for the use of an "auto" not owned by such person or organiza- tion, provided the actual use is with your permis- sion. None of the following is an insured: b. Any person using the "auto" and any person other than you, legally responsible for its use with respect to an "auto" owned or registered in the name of: (1) Such person; or (2) Any partner or "executive officer" of yours or a member of his or her household; or (3) Any "employee" or agent of yours who is granted an operating allowance of any sort for the use of such "auto". c. Any person while employed in or otherwise engaged in duties in connection with an "auto business", other than an "auto business" you operate. d. The owner or lessee (of whom you are a sub- lessee) of a hired "auto" or the owner of an "auto" you do not own or which is not registered in your name which is used in your business or any agent or employee of any such owner or lessee. e. Any person or organization with respect to the conduct of any current or past partnership or joint venture that is not shown as a Named Insured in the Declarations. Additional Definitions The following definition applies to only this coverage: "Auto business" means the business or occupation of selling, repairing, servicing, storing or parking "autos". Limits of Insurance With respect to only this coverage, SECTION III - LIMITS OF INSURANCE, is deleted and replaced by the following: SECTION III - LIMITS OF INSURANCE a. The Limits of Insurance shown in the Declara- tions and the rules below fix the most we will pay regardless of the number of: a. Any person engaged in the business of his or (1) Insureds; her employer with respect to "bodily injury" to any co -"employee" of such person injured in the (2) Claims made or "suits" brought; or course of employment. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 55091 (10-08) Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 3 of 7 0 N O M �I a� c c 0a Q v N I- ti 0 N c m E z U a r r Q Packet Pg. 653 Agency Code 12-0233-00 (3) Persons or organizations making claims or bringing "suits". b. We will pay damages for "bodily injury" or "property damage" up to the limits of liability stated in the Declarations for this coverage. Such damages shall be paid as follows: (1) When Hired Auto and Non -Owned Auto Each Occurrence Limit is shown in the Declarations, such limit is the total amount of coverage and the most we will pay for all damages because of or arising out of all "bodily injury" and "property damage" in any one "occurrence". (2) When Bodily Injury Hired Auto and Non - Owned Auto Each Occurrence Limit and Property Damage Hired Auto and Non - Owned Auto Each Occurrence Limit are shown in the Declarations: (a) The limit shown for Bodily Injury Hired Auto and Non -Owned Auto Each Occur- rence is the total amount of coverage and the most we will pay for all dam- ages because of or arising out of all "bodily injury" in any one "occurrence". (b) The limit shown for Property Damage Hired Auto and Non -Owned Auto Each Occurrence is the total amount of cover- age and the most we will pay for all damages because of or arising out of all "property damage" in any one "occur- rence". 3. BROADENED SUPPLEMENTARY PAYMENTS Under SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, COVERAGE B. PERSONAL INJURY AND ADVERTISING INJURY LIABILITY and SUPPLEMENTARY PAYMENTS - COVERAGES A AND B: Paragraph 4., the amount we will pay for the actual loss of earnings is increased from $250 per day to $400 per day. 4. ADDITIONAL PRODUCTS -COMPLETED OPERATIONS AGGREGATE LIMIT Policy Number 18471 16.D.2.g is not attached to this policy, then the following is added to SECTION III - LIMITS OF INSURANCE: Commencing with the effective date of this policy, we will provide one additional Products -Completed Operations Aggregate Limit, for each annual period, equal to the amount of the Products -Completed Operations Aggregate Limit shown in the Declara- tions. The maximum Products -Completed Opera- tions Aggregate Limit for any annual period will be no more than two times the original Products - Completed Operations Aggregate Limit. S. PERSONAL INJURY EXTENSION a. If the endorsement EXCLUSION - PERSONAL INJURY AND ADVERTISING INJURY, 55350, is attached to this policy, then this provision, 5. PERSONAL INJURY EXTENSION, does not apply. b. If the endorsement EXCLUSION - PERSONAL INJURY AND ADVERTISING INJURY, 55350, is not attached to this policy, then under SEC- TION V - DEFINITIONS, 15. "Personal injury" is deleted and replaced by the following: 15. "Personal injury" means, other than "bodily injury", arising out of one or more of the following offenses: a. False arrest, detention or imprisonment; b. Malicious prosecution; c. The wrongful eviction from, wrongful entry into, or invasion of the right of private occupancy of a room, dwelling or premises that a person occupies by or on behalf of its owner, landlord or lessor; d. Oral or written publication of material that slanders or libels a person or or- ganization or disparages a person's or organization's goods, products or services; e. Oral or written publication of material that violates a person's right of privacy; or f. Discrimination, humiliation, sexual If the endorsement, EXCLUSION - PRODUCTS harassment and any violation of civil COMPLETED OPERATIONS HAZARD, CG 21 04, rights caused by such discrimination, humiliation or sexual harassment. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 55091 (10-08) Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 4 of 7 0 N O M �I a� c c 0a Q v N I- ti 0 N c m E z U a r r Q Packet Pg. 654 Agency Code 12-0233-00 Policy Number 18471 16.D.2.g 6. BROADENED KNOWLEDGE OF OCCURRENCE Under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit, the follow- ing paragraph is added: Paragraphs a. and b. of this condition will not serve to deny any claim for failure to provide us with notice as soon as practicable after an 'occurrence" or an offense which may result in a claim: a. If the notice of a new claim is given to your "employee"; and b. That "employee" fails to provide us with notice as soon as practicable. This exception shall not apply: a. To you; or b. To any officer, director, partner, risk manager or insurance manager of yours. 7. DAMAGE TO PREMISES RENTED TO YOU Under SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIA- BILITY, the last paragraph is deleted and replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or water damage to premises rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in 7. DAMAGE TO PREMISES RENTED TO YOU, a. Limits of Insurance. The following additional exclusions apply to "pro- perty damage" arising out of Water Damage to premises rented to you or temporarily occupied by you with permission of the owner: (1) "Property damage" to: (a) The interior of the premises caused by or resulting from rain or snow, whether driven by wind or not; or (2) "Property damage" caused by or resulting from any of the following: (a) Mechanical breakdown, including bursting or rupture caused by cen- trifugal force; (b) Cracking, settling, expansion or shrinking; (c) Smoke or smog; (d) Birds, insects, rodents or other ani- mals; (e) Wear and tear; (f) Corrosion, rust, decay, fungus, dete- rioration, hidden or latent defect or any quality in property that causes such property to destroy or damage itself; or (g) Water that flows or leaks from any heating, air conditioning, plumbing or fire protection system caused by or resulting from freezing, unless: 1) You make a reasonable effort to maintain heat in the building or structure; or 2) You drain the equipment and shut off the water supply if the heat is not maintained. (3) "Property damage" caused directly or indirectly by any of the following: (a) Water that backs up from a drain or sewer; (b) Mud flow or mudslide; (c) Volcanic eruption, explosion or effusion; (d) Any earth movement, such as earth- quake, landslide, mine subsidence, earth sinking, earth rising or earth shifting; (e) Regardless of the cause, flood, surface (b) Heating, air conditioning, plumbing or water, waves, tides, tidal waves, storm fire protection systems, or other equip- surge, overflow of any body of water, or ment or appliances. their spray, all whether wind driven or not; Includes copyrighted material of Insurance Services Office, Inc., with its permission. 55091 (10-08) Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 5 of 7 0 N O M �I a� c L c 0a Q v N ti 0 N c m E z U M r r Q Packet Pg. 655 Agency Code 12-0233-00 Policy Number 18471 16.D.2.g (f) Water under the ground surface pressing on, or seeping or flowing through: 1) Walls, foundations, floors or paved surfaces; 2) Basements, whether paved or not; or 3) Doors, windows or other openings. (4) "Property damage" for which the insured is obligated to pay as damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the insured would have in the absence of this contract or agreement. a. Limits of Insurance insured only if a Certificate of Insurance was issued prior to loss indicating that the person or organization was an additional insured but only with respect to liability for: (1) "Bodily injury"; (2) "Property damage"; (3) "Personal injury"; or (4) "Advertising injury" caused in whole or in part, by your maintenance, operation or use of equipment leased to you by such person or organization. b. With respect to the insurance afforded to an additional insured, this insurance does not apply to any 'occurrence" which takes place after the equipment lease expires. With respect to this coverage only, under t_ SECTION III - LIMITS OF INSURANCE, c. The following is added to SECTION III - LIMITS paragraph 6. is deleted and replaced by the OF INSURANCE: following: 2 The Limits of Insurance for the additional in- m 6. The most we will pay under Coverage A for sured are those specified in the written contract damages because of "property damage" to or agreement between the insured and the premises rented to you or temporarily lessor, not to exceed the limits provided in this occupied by you with permission of the policy. These limits are inclusive of and not in c owner arising out of or caused by fire, addition to the Limits of Insurance shown in the lightning, explosion, smoke and water Declarations. N damage is the amount shown in the Go N Declarations under Damage to Premises 9. BLANKET ADDITIONAL INSURED - MANAGERS r ., Rented to You. OR LESSORS OF PREMISES 0 N b. Under SECTION IV - COMMERCIAL GEN- a. SECTION II - WHO IS AN INSURED is M ERAL LIABILITY CONDITIONS, 4. Other amended to include as an additional insured any vi Insurance, paragraph b., the word fire is person or organization with whom you have a) amended to include fire, lightning, explosion, agreed: smoke or water damage. 3 (1) In a written contract or agreement, executed 8. BLANKET ADDITIONAL INSURED - LESSOR OF prior to loss, to name as an additional —i LEASED EQUIPMENT insured; or M Q a. SECTION II - WHO IS AN INSURED is (2) In an oral contract or agreement, executed N amended to include as an additional insured any prior to loss, to name as an additional person or organization with whom you have insured only if a Certificate of Insurance was c agreed: issued prior to loss indicating that the person or organization was an additional c (1) In a written contract or agreement, executed insured E E prior to loss, to name as an additional insured; or but only with respect to liability arising out of the m ownership, maintenance or use of that part of a (2) In an oral contract or agreement, executed the premises leased to you. prior to loss, to name as an additional Includes copyrighted material of Insurance Services Office, Inc., with its permission. 55091 (10-08) Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 6 of 7 Packet Pg. 656 Agency Code 12-0233-00 Policy Number 18471 16.D.2.g b. This provision is subject to the following addi- tional exclusions, applicable to this provision only: (1) Any "occurrence" which takes place after you cease to be a tenant in that premises. (2) Structural alterations, new constructions or demolition operations performed by or on behalf of the additional insured. c. The following is added to SECTION III - LIMITS OF INSURANCE: The Limits of Insurance for the additional in- sured are those specified in the written contract or agreement between the insured and the manager or lessor of the premises, not to exceed the limits provided in this policy. These limits are inclusive of and not in addition to the Limits of Insurance shown in the Declarations. 10. NEWLY FORMED OR ACQUIRED ORGANIZA- TIONS Under SECTION II - WHO IS AN INSURED, Para- graph 4. is deleted and replaced by the following: 4. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal injury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 11. BLANKET WAIVER OF SUBROGATION The following is added to SECTION IV - COMMER- CIAL GENERAL LIABILITY CONDITIONS, 8. Transfer Of Rights of Recovery Against Others To Us. When you have agreed to waive your right of subro- gation in a written contract, executed prior to loss, with any person or organization, we waive any right to recovery we may have against such person or organization because of payments we make for injury or damage arising out of your ongoing opera tions or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". All other policy terms and conditions apply. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 55091 (10-08) Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 7 of 7 O N O M �I a� c L N C� G 0a Q N ti O N C N E t V R r r Q Packet Pg. 657 Agency Code 12-0233-00 Policy Number 52-09 16.D.2.g 58504 (1-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE - BLANKET COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL AUTO POLICY SECTION II - COVERED AUTOS LIABILITY COVER- person or organization qualifies as an insured under AGE is amended. The following provision is added. SECTION II - COVERED AUTOS LIABILITY COVER - Any person or organization is an insured for Covered AGE, A. COVERAGE, 1. Who Is An Insured. Autos Liability Coverage, but only to the extent that All other policy terms and conditions apply. 58504 (1-15) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 58583 (1-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER PAYMENTS (WAIVER OF SUBROGATION) - BLANKET This endorsement modifies insurance provided under the following: COMMERCIAL AUTO POLICY SECTION V CONDITIONS, A. LOSS CONDITIONS is amended. 5. Our Right to Recover Payments is de- leted and replaced by the following condition. S. Our Right to Recover Payments If we make a payment under this policy and the per- son to or for whom payment is made has a right to recover damages from another, we will be entitled to that right. That person shall do everything neces- sary to transfer that right to us and do nothing to prejudice it. However, we waive our right to recover payments made for bodily injury or property damage: a. Covered by the policy; and b. Arising out of the operation of autos covered by the policy, in accordance with the terms and conditions of a written contract between you and such person or entity only if such rights have been waived by the written con- tract prior to the accident or loss which caused the bodily injury or property damage. All other policy terms and conditions apply. 58583 (1-15) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 0 N 0 M �I N v C L N c 0a Q v N r, 0 N c m E z U a r r Q Packet Pg. 658 ,�►coRo° CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDmYY) 1 03/24/2020 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(les) must 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 YCO & Associates, Inc. 2323 Del Prado Blvd, S - Suite 131 Cape Coral, FL 33990 NAME: Russell B. Reaves a/c_No Exl :239-574-3100 x 204 FAX No , 239-574-2710 E-MAILss: mreaves@ycoffice.com ADDREINSURERS AFFORDING COVERAGE NAIC # INSURERA: Normandy Insurance Company 29803 INSURED 3J & Associates, 11, LLC 2323 Del Prado Blvd S - Suite B1 Cape Coral, FL 33990 INSURER B INSURER C : INSURERD: INSURER E: INSURER F : COVERAGES CFRTIFICATF MI IMRFR- ocvicrnri ru r�no�o. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SD SUBR VJVQ POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR EACH OCCURRENCE S DAMAGE TO RENTED PREMISES Ea occurrence S MED EXP (Any one person) S PERSONAL & ADV INJURY S GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑ PRO- ❑ JECT LOC GENERAL AGGREGATE S PRODUCTS-COMP/OPAGG $ S OTHER' AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident S BODILY INJURY (Per person) S ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY Per accident ( ) S NON -OWNED HIRED AUTOS AUTOS PROPERTY DAMAGE Per accident S S UMBRELLA L1AB OCCUR EACH OCCURRENCE S AGGREGATE S EXCESS LIAB CLAIMS -MADE DED RETENTION S S WORKERS COMPENSATION PER OTH- A AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEMBER EXCLUDED? NIA x NHFLOO84872019 03/01/2019 03/01/2020 STATUTE ER E.L. EACH ACCIDENT S 1,000,00( E.L. DISEASE - EA EMPLOYEd $ 1,000,00( (Mandatory in NH) If yes, describe under E.L. DISEASE - POLICY LIMIT 1 $ 1,000,00( DESCRIPTION OF OPERATIONS below ers Compensation and Employers EL Each Accident 1,000,00C TA�U.b,llty(2020 - 2021 Renewal) x NHFL0084872020 03/01/2020 03/01/2021 EL Disease Employee 1,000,00C EL Disease Policy Limit 1,000,00C DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space is required) Coverage provided for all leased employees but not subcontractors of A & M Property Maintenance, LLC - EIN: 26-1564413 CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail East SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Naples, FL 34112 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. R.B. Reaves O N CD M I d V C i 7 to C I U 06 Q q1 N ti ti O N r C d E t V M Q © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD Packet Pg. 659 FIXED TERM SERVICE AGREEMENT # 18-7380 for GOLDEN GATE MSTU LANDSCAPE MAINTENANCE THIS AGREEMENT, made and entered into on this Q5*h\ day of 2018 , by and between Green E_ff_ex, LLC , authorized to do business in the State of Florida, whose business address is4555 Radio Road Naples, FL 34104 (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 ffupon the date of Board approval or ❑ on and terminating on three (_) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one (1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ■ Purchase Order ❑ Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ Reque ±-I-, 14�1� Eq Invitation to Bid (ITB) other ( ) # 18-7380, including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. M The Contractor shall also provide services in accordance with Exhibit A m Scope of Services attached hereto. Page 1 of 17 Fixed Tenn Service Agreement #2017-002 (Ver.l ) Packet Pg. 660 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- Pee 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): � t--u+�a-��-�,���:-(-F-��d�+s��-A-#�rr-n-fr���d-t@tat-price--a#�►�g-fog-a-preto6�;--tlao-Ki�l�s-,a.r-2 r�-r:�d-fr-ena-tlae-C-s��t�-t-o-�e�entr�sto�, ar,��-a-Ei���-pr-a�ti6e-tf=rer-e-aw���o i-Iy-or-r-�aa-ter-iaa-i-n�,<aioes-N�et�d; r-a#���tf�e-sEn-tr-aets�-,�Lm-to-tt� s #is€astion-ef-t�ie�au ty s-pr�jeet agar-bsfo a etas mot" d-pr an#I t-s-atAhGl4,,ed- aGt CI Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Unit Price: The County agrees to pay a firm total- fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" Page 2 of 17 Fixed Term Service Agreement 112017-002 (Vent ) Packet Pg. 661 as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 ❑ Rimbu-r- abfe-E,N�por}s-sonrest-be-appFsve"-adVa+Rse-iR-WR4ng he-the-SeuRty—Fravef o-xp e-e�,-s oc-€h utl--b2-rei+��i�r-sod-as-per-Soe#+an�-�0�-�1a--�t�tsr: ate-4nabuT-,9naemnts_-sha I-tae-at-thc-folls,,ting-rat---, ur�alFfaGt w6-�4 iunGk� �a--1-8�1 -D-inner �1-Q 08 Xre Rent-a"a-r Astual-t+s!�asi+rn+ted.�-tauriot o sep-sla�rf�,re Astta-i-r-eata! os iim4ed-te-Gsdafd4w aye htGles .L- A&ttral-GeG ef-led&g aLei�GG14pa--nG�4- � 4h-a ef G-r-nerG than-$458-a car- qht NGta Fa4-Ge€t-ef K4 T-a-);i-er-A - e44, m- eusip9 >4�t�+al-se of the ta,�i-er a+r- er linaeu E 17oimhi arc�Ms ther than 4r.,vo_Ir,Tenses, .&ha"e4in4fted-tg-tie-Wowing--L aeng-dis_tanGe-GhaFge-- -f c-Gl rg,� , I�eteGopyit;�-Gharg-pGstay�. e+ r ble m�m���eil��,[u nnl��T{.}�i—v9r}traGter—h'r`a��-�?r'8vii�ed�-!!—ieGi{�lt^3. -�'9ntraGtee r-e-sporaL+bio-fG�^ta� ^-eth�:r-cGe�ts nd- )�per�s s�aeses� d-vv+ -aGt Ees- p4-GgG4&� U-Rd #a ,-n-pUr—,-'- rt4G4h4z-A r,--Qm&n-t- 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: Green Effex LLC Address: 4555 Radio Road Naples, Florida 34104 Authorized Agent: Janet Acevedo, General Manager Attention Name & Title: Telephone: 239-774-5263 E-Mail(s): Janet@greenefiex.com Page 3 of 17 Fixed Term Service Agreement f12017-002 (Ver.1) Packet Pg. 662 All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Name: Public Transit & Neighbiaibood Enhancement Division Director: Michelle Edwards -Arnold Address: 3299 Tamiami Trail East, Suite 103 Naples, Florida 34112 Administrative Agent/PM: Dan Schumacher, MSTU Project Manager Telephone: 239-252-5775 E-Mail(s): Dan, Schumacher@colliercountyfl. ov 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 Page 4 of 17 Fixed Term Service Agreement #2017-002 (Ver.1) Packet Pg. 663 the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be 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. 0 Commercial General Liabili4 • Coverage shall have minimum limits of $1000,000 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. 0 Business Auto Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. F1JJ Workers' Compensati®n: 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 $1000,000 for each accident. _ = -HIM.,- - - - ._-. - i-e- - - —OtiMrw Page 5 of 17 Fixed Tenn Service Agreement 112017-002 (Ver.l ) Packet Pg. 664 Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier - County. 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 G of 17 P Fixed Term Service Agreement 112017-002 (Ver.I ) Packet Pg. 665 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Public Transit & Neighborhood Enhancement 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), FE11 Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ PF P4 no ITB/❑ eTr # 18-7380 , including Exhibits, Attachments and Addenda/Addendum, ❑ e;ag ;f qw� , and Ed Other Exhibit/Attachment: Exhibit 1-Master Map 17. APPLICABILITY. Sections corresponding to any checked box (❑ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq, and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF T HV7 C ON T NAGT0F� HAS 01WES MNS RE GARU G THE AE'PUc ATE N OF CSC=9A'' �'[,f ,p, qqq, FLORHDA ST,4.U_UTr--_S, T =) d C=1E Page 7 of 17 Fixed Term Service Agreement 112017-002 (Ver.1) Packet Pg. 666 G'ON u RAC u R'S DUTY L° TO PROVIDE PUUK,' NE —CORDS G18,'-7 G\ T IN03 TO T HM CONTRACT, GON T AC u° ` HEi -. GUS T ODiArN Or- PUUG RE.G RDS AT Corrirfi uniGaid(ni Band Gui eWrrnc-) v Roidli ono D ivisi � n N eipIa F L 3Ali 12-67!16 T Meph o w (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 19 risecl Tenn Service Agreement 112017-002 (Ver.1) Packet Pg. 667 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 Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. ❑■ CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. [M-1 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,l) Packet Pg. 668 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. [0-1 TESTS Am I[, SPECTIONS, 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. X PROTECTION OF WORK A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due 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 pant of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor- shall be liable for all costs incurred by the County associated therewith. 28. SURAfiI u ` A- LS AND SUBE u I u U u'IONG. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES M 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 Tenn Service Agreement 1/2017-002 (Ver.l) Packet Pg. 669 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. NNW- -. - - r - - _ p. ._ �0 �• a 0. . 0 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, Page 11 of 17 Fixed Tenn Service Agreement 112017-002 (Ver.1) Packet Pg. 670 and each person assigned shall be available for an amount of time adequate to meet required services. 35. Q 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. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the Page 12 of 17 Fixed Term Service Agreement 112017-002 (Ver.I)_ Packet Pg. 671 continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38. M 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) I� �-. Page 13 of 17 Fixed Term Service Agreement 112017-002 (Ver.1) Packet Pg. 672 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST:. Crystal K. Kinzel,i'.Clerk & Comptrolle Dated:,',' l S (SEAL) s as td thairmant signature only. Contractor's Witnesses: Con name Second Witness ,mod � D �C�,P�-e�J�-1S TType/print witness nameT Prods to r nd Legality: Coun Attorney ri t Name BOARD OF C COLLIER U M is Green Effex LLC Contractor `Y COMMI RS FLORI I Chairman By: ` Signature TType/print signature and titleT Page 14 of 17 Fixed Tenn Service Agreement #2017-002 (Ver.l Packet Pg. 673 Exhibit A Scope of Services 0 following this page (containing 12 pages) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Agreement #2017-002 (Ver.1) Packet Pg. 674 EXHIBIT A -SCOPE OF SERVICES The following specifications outline the minimum requirements of Collier County for a prospective Contractor to enter into a contract to provide Landscape Maintenance services, principally on specified roadways within the boundaries of the Golden Gate Municipal Service Taxing Unit (MSTU). The responsibility to discern the Scope of Service detailed in this specification shall rest solely with the Contractor. A failure of the Contractor to accurately assess the Scope shall not relieve any of the responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional compensation. All sections of these Specifications may not be applicable to all service areas listed and the frequency of any services provided by the Contractor may be modified as needed by the MSTU Project Manager, SCOPE OF SERVICE The Contractor shall furnish all labor, tools, materials, and processes necessary to perform the work described hereunder, except for items that may be provided separately by the County (i.e. fertilizer, mulch, etc.) as identified. LOCATIONAND DESCRIPTION OF WORKAREAS The areas of work included in these specifications are located as described below and/or as shown in Exhibit 1. WORK AREA DESCRIPTIONS: SUNSHINE BLVD: (Work Areas lb & 1 d) a. Sheet No. I - Improved Median on 18th Ave SW @ 40th Ter SW. b. Sheet No. 2 - i. Medians #1, #2, #3, #4, 45, #6. ii. Segments #7, #8. iii. Improved Median on 18th Plc SW @ Sunset Rd. iv. Irrigation Controller, Pump Station, Electrical Shutoff, & FPL Meter located on Median #3 2. TROPICANA BLVD: (Work Areas lc & le) a. Sheet No. 3 - i. Medians #1, #2, #3, #4, #5, #6. ii. Pedestrian Shelter on Tropicana Blvd a 31st Ave SW. iii. Pedestrian Shelter on 28th Ave SW @ Tropicana Blvd. iv. Irrigation Controller, Pump Station, & Electrical Shutoff located on Median #4. v. FPL Meter located in alley behind 2841 Tropicana Blvd. 3, CORONADO PKWY: (Work Area If) a. Sheet No. 4 - i. Medians #1, #2, #3, #4, #5, #6, #7, #8, #9, #10, #11, #12. ii. Irrigation Controller, Pump Station, & Shutoff located on Hunter Blvd, Median #5. 4. HUNTER BLVD: ( Work Area I g) a. Sheet No. 5 - i. Medians #1, #2, #3, #4, #5, #6, #7, #8, #9, #10, #11, #12, #13, #14. ii. Irrigation Pump Station located on Median #5. A iii. Irrigation Controller, Electrical Shutoff, and FPL Meter located in alley behind 2243 Hunter Blvd. Page 1 of 12 Packet Pg. 675 WEEKL YLAADSCAPE SERVICE Weekly Landscape Service in the designated MSTU area(s)-details described below -shall include trash removing, mowing, edging, weeding, general trimming & pruning, post -service cleaning, and inspecting & reporting. Trash Removing • At the start of Landscape Maintenance Service on the day of service and prior to mowing, the Contractor shall remove and dispose of all trash and debris from the service area and right-of-way. • This shall include, but is not limited to, horticultural and non -horticultural debris, palm fronds, tree branches and limbs, loose shrubbery, leaves, rocks, paper, bottles, cans, cigarette butts, and other miscellaneous objects on the ground or attached in the service area and the associated right-of-way. • Disposal of trash and debris shall be at a proper landfill or disposal site. Mowing • Mowing shall be performed in specified MSTU areas, including medians, along the outside edge of the sidewalks of adjacent properties which are not currently maintained by the property owners. • Right-of-way mowing of turf and applicable vegetation is required from back of curb or sidewalk to the right- of-way line. • Turf and vegetation shall be cut to a height of no less than three and one-half inches (3 Y2") and the height of the grass blade shall not exceed six inches (6"). • Roadside swales shall be mowed throughout the entire year. When mowing is not possible due to standing water or soft ground, string trimmers shall be used to reduce the height of turf and vegetation to the waterline. • All turf shall be mowed with mulching type mower equipment to eliminate the need to bag and transport grass clippings. Should bagging be necessary, bagged clippings shall be collected and removed at no additional cost to the MSTU. All equipment guards and deflectors are to be installed and functional. • The Contractor shall use appropriate mowing practices, alternate patterns, or walk -behind equipment within narrow or water -soaked areas so as not to create wheel ruts or wear down the turf. • Ruts caused by mowers shall be repaired at no additional costs to the MSTU. • The Contractor shall avoid mowing patterns that eject clippings, rocks, or any miscellaneous debris onto pedestrians and vehicles or into moving traffic. Ed in • Mechanical edging of turf boundaries shall be performed with each mowing to establish a clean line of demarcation and eliminate grass root runners. • Edged areas shall include parking lots, sidewalk edges, back of curbs, plant beds, utility service boxes, street light bases, sign posts, headwalls, guardrails, timer pedestals, posts and trees; as well as around isolated trees, sprinkler heads, valve boxes, shrubs, sign posts, and manholes, etc. where they exist. • Metal blade edging is not permitted along plant bed and turf boundaries where underground irrigation components are present. • Chemical herbicide shall not be used for edging. Weeding Weeding shall be performed weekly throughout the year to provide a weed -free and well -maintained appearance, removing undesired and invasive vegetation on the ground (including palm pups). Areas to be weeded include plant beds, mulched spaces, rocks, sidewalks (concrete, paver, asphalt, etc.), concrete medians, curb joints, utility bases and access boxes, guardrail bases, and tree grates, etc. Weeds that are less than 3-inches from plantings shall be hand pulled. Page 2 of 12 Packet Pg. 676 • The Contractor may have the option to use chemical weed -killer or pre -emergent, upon pre -approval by the Project Manager of both the location and product to be used. • Any plants damaged or killed by application of chemical weed -killer or pre -emergent shall be replaced at the expense of the Contractor within 72-hours. • Should concerns be identified regarding chemical weeding, the Project Manager may direct that hand -weeding be performed. General Trimmine & Pruning • General Trimming & Pruning shall be defined as the cutting of all vegetation below a height of ten feet (10') to provide a tight, well maintained appearance throughout the year. • This includes groundcovers, shrubs, trees (except magnolias), and palms. • See Specific Plant Maintenance, for specifications and heights for various foliage within the MSTU. • Within this specification, groundcovers and shrubs are "trimmed," while trees and palms are "pruned;" with the exception of magnolias. • Both trimming and pruning shall meet ANSI standards and include the removal of all diseased or dead vegetation, old leaf growth, broken branches, and suckers at tree bases. • Groundcovers and Shrubs shall be trimmed: o at regular intervals, generally monthly, except to allow for flowering. o with heights and shapes alternating by plant variety, or as determined by the MSTU Project Manager. o to an angled or rounded shape so as not to encroach over curbs or into roadways and pathways. o in a consistent manner for each plant variety to give the appearance of continuity throughout the landscape, adjusted as needed for local topography. o to maintain one foot (1') of clearance from the edge of curbs, sidewalks, roadways, or pathways, etc. • Ornamental Grasses shall be trimmed: o after flowering, during the first two weeks of October and April (or as approved by the Project Manager). o at the base to remove old growth. o in a manner to provide a cone shape and without a flat top. • Hedges on the right-of-way shall be trimmed: o to maintain a height of six feet (6'). o to maintain a flat top and flat, vertical side toward the roadway. o to not extend over an adjacent sidewalk or roadway. o Property Owner Exception: ➢ Effected only upon written request from the Property Owner and signed approval by the Project Manager. ➢ Property Owner agrees to maintain hedge at maximum height of ten (10) feet at their expense consistent with the top and vertical side specifications as described above. ➢ Exception may be cancelled at any time by the Project Manager. • Trees and palms shall be pruned: o to clean out dead limbs, fronds, suckers, etc. 0 on a quarterly basis, or as needed, to maintain a minimum ten -foot (10') canopy height over sidewalks and pedestrian pathways. Page 3 of 12 �f Packet Pg. 677 For line -of -sight visibility, vegetation of any kind within turn lanes, at median ends, and along intersection roadsides shall be trimmed or pruned to eighteen inches (18") height by October 1st of each year and subsequently maintained to no more than twenty-four inches (24") per FDOT Indexes. • The frequency of trimming or pruning may be adjusted at the direction of the Project Manager. Post -Service Cleaning • On the same day as Weekly Landscape Service and before departing the MSTU, the entire service area shall be cleaned to maintain a neat and safe condition. • This includes removal of any accumulation of debris or anything generated from the maintenance performed. • All hard surfaces shall be blown -down; to include the four (4') foot area from the face of the sidewalks, gutters and curbs, tun lanes, medians, and adjacent parking lots and athletic courts. • Blow -down shall be directed toward the existing landscape median or grass. • Grass clippings or other debris shall not be blown onto adjacent private property or accumulate on the right-of- way, paved areas, or blown into traffic or roadways. Irrigation Check & Inspection It shall be the Contractor's responsibility to inspect, operationally test, and perform minor repairs to the irrigation system on a weekly basis to enable proper and safe operation. See "Irrigation Service" below for further description. Inspecting & Reporting • The Contractor shall inspect all plant, shrub, tree and grass areas in the MSTU during each week's service to the site for completion and cleaning. • The Contractor shall be responsible to promptly notify the MSTU Project Manager of any disease infestation, insect infestation, foliage die -off, irrigation issues, maintenance problems, additional necessary maintenance, or unusual occurrence or finding. • A completed monthly Landscape Maintenance Report shall be filled -in by the Contractor and submitted to the Project Manager no later than the third business day after the last service week of each month. • The Project Manager shall have the option to require a weekly submission, no later than the Tuesday following the maintenance week. • The Contractor shall be available for on -site inspection in the MSTU to verify work completed or to review open issues at the Project Managers request. Miscellaneous Responsibilities • The removal of existing tree and palm staking shall be the responsibility of the Contractor. To avoid damage to curbs and turf, the Contractor shall provide and utilize ramps or other devices for ingress and egress, as needed. Damage attributable to the Contractor shall be repaired at the Contractor's expense, as determined by the MSTU Project Manager. Page 4 of 12 Packet Pg. 678 IRRIGATIONSERVICE The landscape Contractor shall maintain the installed irrigation system for proper function. The areas of responsibility shall include: • Update and coordinate the watering schedules with the Project Manager as required for monitoring purposes and make recommendations to the Project Manager as conditions warrant. All irrigation schedule change requests shall be confirmed via e-mail. • Fill-in the Irrigation section of the Landscape Maintenance Report with each submission. Service Requirements • It shall be the Contractor's responsibility to inspect, operationally test, and perform minor repairs to the irrigation system on a weekly basis to enable proper and safe operation. • Minor repairs include replacement of heads, nozzles, decoders, 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, etc. • If any irrigation issues beyond the scope of the weekly service are determined, the Contractor shall promptly notify the Irrigation Project Manager. • Visual inspection of the irrigation system(s) shall be performed to check for: o Cuts o Leaks o Pipe damage o Dry areas o Flooded areas o Damaged or deteriorated valve boxes • Operational testing of the irrigation system(s) shall be performed to verify that source water is available and accessible. o Pumps are operating. o Control enclosures are intact and controllers are powered and responding to inputs. o Controller activated zone control, zone sequence, and zone duration is operational. o Rain sensors are intact and functioning. o Valves are opened and closed to confirm proper function, either manually at the valve box or at the controller. o Spray patterns deliver complete water coverage while avoiding overspray. o Water meters are registering flow and water consumption readings are recorded. • Valve boxes shall be kept filly accessible and clear of debris inside, with lids fully closed when not being serviced. • Valve assemblies shall be inspected and cleaned, with sprinkler heads, nozzles, and screens cleared and adjusted. • Only County -approved replacement parts may be used and only matched precipitation head replacements may be installed. All irrigation parts shall be supplied by Collier County under a separate annual contract. The landscape Contractor must arrange for pickup or delivery in accordance with the Division's Standard Operating Procedures (SOPs). • Repairs to defective or non -operational controllers shall be performed only after direct consultation with the Project Manager. Page 6 of 12 a ` - Packet Pg. 679 • Major repairs are not included in the weekly irrigation service. These include repairs to valves, controllers, electrical wiring and main lines. Prior to proceeding, the Project Manager shall be consulted, the repairs evaluated and quoted. Major repairs may be sourced separately from other vendors, as determined by the Project Manager. • PARTS: Irrigation pals are available for pick-up under a separate Purchase Order, currently with Florida Irrigation Supply (FIS). ORNAMENTAL & TURF SPRAYING Application • Spraying of trees, shrubs, plants, and turf is to be performed by the Contractor, who must be certified to apply the chemicals (pesticides) used. • If the primary Contractor is not certified, a certified sub -Contractor may be hired upon approval by the Project Manager and at no additional cost to the MSTU. • Every insecticide, fungicide, and herbicide chemical to be applied shall be approved by the Environmental Protection Agency for its intended use and manner of application. • The rate of application shall conform to specifications on the manufacture's labels. • Applications shall be performed when the plant material is dry. • Special applications may be performed upon prior approval of the Project Manager. General Schedule • Spraying may be performed upon prior approval by the Project Manager. • Time frames: Trees, Shrubs, Groundcovers, Turf Chemical General Insecticide As -needed Fungicide As -needed Beds Chemical I General I Pre -emergent I Post -emergent Herbicide I As -needed Feb Sep Nov Jan Mai - Turf Chemical I General I Pre -emergent Post -emergent Herbicide As -needed Feb I Sep I Nov Jan I Mar Records Records must be kept of all chemical (pesticide) applications, including: • Name of person performing the application. • Trade name & manufacturer. • Date & time of application. • Weather conditions. Page 6 of 12 Packet Pg. 680 FERTILIZER Application • Fertilizer is supplied by Collier County under a separate annual contract at the time of application with delivery coordinated by the receiving Contractor. • Fertilizing shall be performed at prescribed intervals throughout the year. • Slow release formulations shall be used when available. • Fertilizer shall be broadcast throughout the designated medians, planting beds, and turf areas. • Tree bases and pit areas shall be fertilized evenly so as not to produce a fertilizer ring. • Shrubs and groundcovers shall have the fertilizer blown or fan raked off the foliage following the broadcast application. • Fertilizers shall be removed from curbs, sidewalks, and any surfaces where staining may occur. MULCH Application • Mulch is supplied by Collier County under a separate annual contract at the time of application with delivery coordinated by the receiving Contractor. • The timetable for installing mulch shall be on an as -needed basis, upon direction by MSTU Project Manager. • All designated plant beds shall be mulched by covering all unplanted areas in bed. • The areas to receive mulch shall be raked to establish a level base. • Areas to receive an initial application of mulch shall have mulch evenly distributed to provide a three inch (Y) non -compacted or unsettled depth, measured from the base. • Areas to be re -mulched shall have mulch evenly distributed to provide a two inch (2") non -compacted or unsettled depth, measured from the base. • Mulch shall not be placed over valves or valve boxes that are located within mulched areas. • All adjacent areas not mulched (curbs, sidewalks, roadways, etc.) shall be cleared of any mulch or foreign debris. • Upon completion of mulching, all excess material, bags and foreign debris shall be collected and disposed of by the Contractor, leaving the overall landscape in a neat and orderly condition. MAINTENANCE OF TRAFFIC (M07) • The Contractor shall verify current MOT certification and comply with the requirements of Collier County's Maintenance of Traffic (MOT) Policy. • The Contractor shall utilize adequate barricades, warning devices, and the necessary safety equipment according to Collier County Right -of -Way Ordinance. • Flagmen are required when two-way traffic is obstructed. • Blocking of a public right-of-way (ROW) or street, except under extreme emergency conditions, shall not be permitted without prior approval of the Project Manager and arrangements made with agencies having jurisdiction over the street to be closed. Page 7 of 12 Packet Pg. 681 • For safe worker visibility; approved bright day -glow red/yellow/orange colored safety vests (Class 3) shall be worn by employees when servicing the area. REPORTS • Reports shall be written in English. • All reports shall be emailed to the Project Manager prior to submission of monthly invoices for payment. • Report sheets in County format will be provided to the Contractor for this purpose. • Contractor's format may be acceptable, upon review and approval by the Project Manager. MEETINGATTENDANCE • Required meetings: o The Contractor shall attend a monthly field review (drive -through) scheduled 1-week before the Advisory Committee meeting. (approx. 1-hour) o The Contractor shall attend the monthly MSTU Advisory Committee meeting to discuss the ongoing status of Landscape and Irrigation maintenance, per the weekly reports, and answer any questions. (approx. 1-hour) o At the request of the Project Manager, the Contractor shall be available for on -site inspection in the MSTU to verify work completed or to review open issues. • There shall be no additional charge for attendance at these meetings. GENERAL PROVISIONS • The Contractor shall identify an English-speaking singular point of contact with radio, cellular phone and e- mail for on -site and off -site communication to coordinate with the Project Manager. • The Contractor shall provide a sufficient crew size for each Weeldy Landscape Service to be completed within one (1) day, and if required, a consecutive day immediately following. • Professional courtesy, conduct, and clothing are expected at all times. • Replacement of plants, shrubs, trees, grass or foliage due to death caused by neglect or damage by the Contractor, Contractor's employees or a sub -Contractor, as determined by the Project Manager, shall be at the Contractor's sole expense. • Accidents, thefts, and vandalism shall be reported to the Project Manager on the same day as discovered, including pictures when reasonably available to be taken. CONTRACTOR EMPLOYEES • All employees of the Contractor working under this specification shall at all times be sole employees of the Contractor's company and under the Contractor's sole direction and not an employee or agent of Collier County. • The Contractor shall supply competent and physically capable employees. • At the direction of the Project Manager, the Contractor shall remove any employee deemed to be careless, incompetent, insubordinate, or otherwise objectionable and whose continued services are not in the best interest of the County. Page 8 of 12 Packet Pg. 682 SUB -CONTRACTING • Contractor use of a sub -Contractor, compliant with all County provisions, may be requested in writing to the Project Manager. • The cost of utilizing a sub -Contractor shall not exceed that of the Bid Specification or add cost to the MSTU; including any markup, if applicable. • Detailed sub -Contractor invoices, Bill of Material's (BOM), and receipts shall accompany Contractor's invoice to the County. HOURS OF, SERVICE Work performed at the specific direction of the Project Manager and billable at hourly rates shall be invoiced as follows: • Normal Hours - from 7:00 AM to 6:00 PM • After Hours - from 6:01 PM to 6:59 AM After Hours service must be pre -approved by the Project Manager at each occurrence. MARKUP • Material mark-up is fixed cost at plus 10%. DISCLAIMER: Every effort has been made toward accuracy and completeness. Errors or omissions will be corrected when identified. Q Page 9of12 Packet Pg. 683 TABLES & REPORTS The report below shall be prepared and submitted to the Project Manager to identify work performed and issues to be evaluated or addressed. The minimum frequency is monthly and may be increased as deemed necessary by the Project Manager, Landscape Maintenance Report SITE: Golden Gate Beautification MSTU Contractor: FY-18 DATE: WEEK BASIC MAINTENANCE FUNCTIONS TRIMMING / PRUNING WORK LOCATIONS ✓ DATE TRASH MOW EDGE I WEED CLEAN INSPECT DATE G'COVER SHRUBS TREES PALMS STREET MEDIAN 0 Ell CHEMICAL APPLICATIONS IRRIGATION CHECK WEEK CHEMICALAPPLIED TURF _ G'COVER _SHRUB _TREE _PALM ✓ BLEND NAME DATE Fertilizer Insecticide Fungicide Herbicide DATE Fertilizer Insecticide Fungicide Herbicide DATE LOCATION 0 Q 0 CONTRACTOR NOTES AND COMMENTS: MULCH DATE It BAGS LOCATION OPEN ISSUES TO BE ADDRESSED: Page 10 of 12 Packet Pg. 684 The following table lists specific plant varieties and acceptable pruning for each. During the course of this contract, pruning specifications may be changed or added at the direction of the MSTU Project Manager. All changes to this table shall be submitted in writing to the Contractor for implementation upon approval by an amendment to this Agreement and approved by Contractor and County. If changes in the table result in a different cost of service, the Contractor shall submit a change request in writing to the Project Manager detailing the additional work and price difference in advance to performing any work. Golden Gate M.S.T.U. Trim & Prune Guidelines Common Name Scientific Name Trimming Guidelines Sltrubs • Maintain 24" rounded ht. & 2 ft. offset from back of curb, within limits of clear sight areas Bougainvillea Bougainvillea glabra • Frequency: Remove shoots weekly (Dwarf) 'Helen Johnson' ° Bi-seasonal 50% heavy reduction only upon approval • Maintain 36" rounded ht. & 2 ft. offset from back of curb Bougainvillea Bougianvillea spp. • Frequency: Remove shoots weekly 'Silhouette' 'Silhouette' • Bi-seasonal 50% heavy reduction upon approval • Trim to 36" rounded ht. Firebush (Dwarf) Hamelia patens • Maintain up to 48" rounded ht. 'galbra' • Frequency: As needed • Trim to 36" rounded ht. Plumba o g Plumbago auriculata • Maintain up to 48" rounded ht. 'Imperial Blue' • Frequency: Remove shoots weekly • Trim to maintain natural rounded ht. • Maintain up to 60" rounded ht. Saw Palmetto • Frequency: As needed for shape and to remove dead (Silver or Green) Serenoa repens stems • Trim to 36" rounded ht. • Maintain up to 48" rounded ht. Schefflera Schefflera arboricola • Maintain 24" rounded ht. in limits of clear sight areas (Dwarf) 'Trinette' • Frequency: As needed Accent Plants Page 11 of 12 Packet Pg. 685 16. D.2. i n/a I n/a I n/a Golden Gate M.S.T.U. Trim & Prune Guidelines (Con't.) Native & Ornmental Grasses • Trim level at 2" above grade & 2ft. Offset from back of curb Pink Muhly grass Muhlenbergia capillaris ' Frequency: After blooming or in March and July foi- 1 00% rejuvenation • Trim level at 2" above grade Sandcord grass Spartina bakers • Frequency: Once per year in July for 100% rejuvenation, if needed Ground Covers • Remove dead or diseased foliage and flower stalks • Frequency: April and October Blueberry Flax Lily Dianella tasmanica • 75% rejuvenation cut only upon approval 'Variegata' Crown of Thorn Euphorbia milii • Uniform shape to 18" ht. in limits of clear sight areas • Frequency: As needed (Dwarf) 'Big Rose' • Uniform shape to 24" ht. in limits of clear sight areas Juniper Parsoni Juniper chinensis'Parsonii' ' Frequency: As needed • Mow at 4-inch blade ht. to tip foliage Perennial Peanut Archis glabrata'Ecoturf ' Frequency: Once per year in June ° No pruning necessary except to remove dead or diseased foliage Spider Lily Hymenocallis latifolia ° Frequency: As needed • 100% rejuvenation cut only upon approval Page 12 of 12 ,. 1 f o, s L Packet Pg. 686 Exhibit B Fee Schedule following this page (containing 2 pages) Page 16 of 17 Fixed Term Service Agreement 11201M02 (Ver.1) Packet Pg. 687 #18-7380 Golden Gate MSTU Landscape Maintenance Sid Schedule Provide all inclusive pricing for Items lll-79.1Voric will be paid by the unit price provided. Pricing to include MOT and Disposal costs. Contractor may sub -contract upon written review and consent ofthe Project Manager or designee, however it shall not exceed the price provided on the Bid Schedule. Material mark up shall be at cost plus 10% . Normal hours are between 7:OOANI- 6:OOPAI, after hours are from 6:OIPM-6:59ANI. After hours will be paid at time and a hnif, subject to pre•approval by (lie Project Manager. 7'he Comity has elected to not award line items U39-40 and 1151-52 Packet Pg. 688 36 37 38 Groundcover, Shrubs, & Trees: Insecticides, applied to all areas as needed per month Groundcover, Shrubs, & Trees: Fungicides, applied to areas as needed per month Groundcover, Shrubs, & Trees: Herbicides, applied to areas as needed per month AREA SPECIFIC TURF - Contractor supplies chemicals and application Ea Ea Ea $ 59,00 $ 59.00 $ 59.00 39 Turf: Insecticides & Fungicides, applied to areas as needed per month 40 Turf: Herbicides, applied to areas as needed per month IRRIGATION MAINTENANCE - Contractor utilizes Cell Phone capability to access HydroPoint controller to conduct 41 1 Bi-Weekly Irrigation System Wet -check & Controller Inspection Section 4: HUNTER BLVD • Work Area 1g Exhibit 1, Sheet No. S Ea Ea Ea $ $ $ SS.OD ITEM DESCRIPTION BASIC LANDSCAPE MAINTENANCE UNIT UNIT PRICE 42 43 43 WeeklyTrash Removing Weekly Mowing & Edging: Medians Weekly Mowing & Edging: Side ROW, (1) Mower Pass Ea Ea S 32.50 $ 43.50 44 45 46 Weekly Weeding - shrubs, groundcover for a weed -free site (hand & chemical) Monthly General TrimmIn & Pruning P P g g -entire area completed once per month Weekly Post -service Cleaning Ea Ea Ea $ 69.50 S 107.50 $ 375.00 47 Weekly Irrigation System Wet -check & Controller Inspection Ea $ 42.50 AREA SPECIFIC SPRAYING - Contractor supplies chemicals and application Ea $ 85.00 48 49 Groundcover, Shrubs, & Trees: Insecticides, applied to all areas as needed per month Groundcover, Shrubs, & Trees: Fungicides, applied to areas as needed per month Ea $ 59.00 50 Groundcover, Shrubs, & Trees: Herbicides, applied to areas as needed per month AREA SPECIFIC TURF - Contractorsupplieschemicalsandapplication Ea $ 59.00 Ea $ 59.00 51 Turf: Insecticides &Fungicides, applied to areas as needed per month S2 Turf: Herbicides, applied to areas as needed per month Ea $ Ea $ 53 IRRIGATION MAINTENANCE- Contractor utilizes Cell Phone capability to access HydroPoint controller to conduct Bi-Weekly Irrigation System Wet -check & Controller Inspection SECTION S: HOURLY SERVICES Ea $ 85.00 ITEM 54 DESCRIPTION Supervisor (per man hour) UNIT UNIT PRICE 55 56 laborer/Helper (per man hour): Irrigation supervisor g p (per man hour) HMUNITUNIT 57 SECTION Irrigation Technician (per man hour) 6: GENERAL MAINTENANCE FUNCTIONS Hr. ITEM DESCRIPTION OCCASIONAL MAINTENANCE FUNCTIONS 58 Lamp Pole Spider Webs -Remove from lens face or light pole fixture, upon request (Approx 15ft height) -Unit Price er Li ht Pole Ea $ 258.00 59 Lantp Pale Tree Limbs - Remove from lens face of light pole fixture, upon request (Approx 15ft height) - Unit Price per Light Pole Ea $ 55.00 FERTILIZER -County supplies & Contractor applies (Turf, Groundcover, Shrubs, and Trees) 60 0-0.22 So-Po-Mag 180 ; 43 bags total @ SO lb/bag,1 app/year (43) - Unit Application Price/bag Ea $ 2.49 61 62 63 1S-0-15 Poly Plus 50%; 5 bags total@ 50lb/bag, 2 apps/year (5+5) - Unit Application Price/bag 08-02-12 Palm special; 6 bags total@ 50 Ib/bag, 2 apps/year (6+6) - Unit Application Price/bag 08-02-12-180 ;130 bags total@ 50 lb/bag, 2 apps/year (65+65) - Unit Application Price/bag MULCH - Material supplied & dellvered separately under County contract Ea Ea $ 2.49 $ 2.49 Ea $ 2'49 64 1 SECTION 7: Organic Applicatton, per 1,000 bags @ 2 cult ea - Unit Application Price/bag ADDITIONAL SERVICES Ea $ 2.49 ITEM 65 DESCRIPTION Staking Small Palm (4"-6" Caliper) UNIT UNIT PRICE 66 Staking Large Palm (Caliper greater than 6") Ea $ 41.00 67 Staking Small Ornamental Tree (4"-6" Caliper) Ea $ 81.00 68 69 Staking Large Ornamental Tree (2x4 posts, greater than 6" caliper) Staking Small Canopy Tree (2x2 posts and guy wire, 4"-6" caliper) Ea $ 42.00 Ea $ 70 Staking Large Canopy Tree (2x4 pasts, greater than 6" caliper) Ea $ 45.00 71 Restanding & Staking Small Palm (4"-6" Caliper) Ea $ 85.00 72 Restanding & Staking Large Palm (Caliper greater than 6") Ea $ 91.00 91.00 73 Restanding & Staking Small Ornamental Tree (4"-6" Caliper) Ea $ 101,00 74 75 76 - 77 Restanding & Staking Large Ornamental Tree (2x4 posts, greater than 6" caliper) Restanding & Staking Small Canopy Tree (2x2 posts and guy wire, 4"-6" caliper) Restanding & Staking Large Canopy Tree (2x4 posts, greater than 6" caliper) Bobcat & Operator (Unit per Hr.) Ea $ 11o.00 Ea $ Ea $ 1115.00 Ea $ 45.00 1 5.00 78 Stump Grinder & Operator (Unit per Hr.) Hr. $ 79 Truck Operator, Class B or higher current State of Florida Driver License (Unit per Hr.) Hr' $ �48. Hr. $ N 00 N N C d E 0) L i3I Q K W C tv d L O 00 M C d E t V t4 Q Packet Pg. 689 Other Exhibit/Attachment Description: Exhibit 1-Master Map following this page (containing 5 pages) ❑ this exhibit is not applicable Page 17 of 17 Fixed Term Service Agreement #2017-002 (Ver.l ) Packet Pg. 690 a t, ;! 1) O Cl 7t tk a7 ' i-1 7 ,( ' r�' r I r .,i`r F r 1 - - 1'•. L- Y o0 N rl = 1 I I >jr t r f I 91t N O v W t7 IaE t r ~ 0 �r._ •1 T '.,_ t + ���'jj44 ; II r V i� 47 � (e3 LU Litt '.i• f�- i - l ;'11 i - .-'-`� I - _r� j @ i i � � 1. 00 I >4 r _ Gf 1,- I ' �r -} r + t I f Z 1•i, it (— Q +.r k,.. (` f Q E' Co i, 'jr itrk:.�ts ri ai p r {j j y E _. A n �j+r r•1! I _ ...,� i�-+e3 �?.I Y-�` ,:'.i, .�� �,I .�� CAS ,. 1� r;• ! ' :i l I . I } -,_il x Y i ` 7( � � I'`p,/ri ( Ei � e2 b Packet Pg. 691 r L X w v-n amil mn A tyw U 2 o L� 19-0 0 r Z '- Wa Z� 'a y+° c fA n c� e� U) C-a 0 v Ltj V E4 u� a Packet Pg. 692 5MG A CANAL C L`c I ](fl fall floil.fil fill )III ................. A W. ---------- Ed Ak, li' I� ��'I' 'I p /� p �/ �p p GREEEFF-01 GF CE U u �II G A, Il E C� F LOOP �-� �U ll D��3U J r JCE FDATE(MMIDDIYYY THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICTE HOLDER. A CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE PO. T I BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE 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 endorse If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement c this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 118110R-6' a RedeckerRisk Management InsurancePO Box s24II7 E#): (239) 278-3939 FAX Fort Myers, FL 33906 E_Ma„ _ . , -- — (aC, Ne):(239) 278.4853 INSURED F, Green Effex, LLC. 4555 Radio Road Naples, FL 34104 e: F: rctvlswN NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI• 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. ,EL —R TYPE OF INSURANCE ADDL SUER D POLICY NUMBER POLI(MMIDpY EFF PO Y EXP OMITS t X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR EACH OCCURRENCE $ 1,000,1 X X BKS5605533II 04/10/2018 04/10/2019 pREMIBESTO —RENTED Ea occurrence) $ 300,1 MED EXP (Any one person) S 15,1 'L AGGREGATE LIMIT APPLIES PER: POLICY ❑X JECTD LOC DMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS AUTOS ONLY AUTO ONLYp UMBRELLALUIB X OCCUR EXCESS LIAB CLAIMS-M DED X RETENTION $ YIN NIA UUUILY INJURY Perperson) $ C BODILY INJURY Per accident $ 4) PROPERTY AMAGE Peracadent $ d — 4) S L EACH OCCURRENCE $ 1,000,0 I 07/27/2018 07/27/2018 AGGREGATE $ 1,000,0 d S `~ PER OTH- ST TUTS ER LL1 E.L. EACH ACCIDENT $ y E.L. DISEASE - EA EMPLOYE L $ (� E.L. DISEASE - POLICY LIMIT Building $ M 04MO12018 04/10/2019 429,91 04/10/2018 04/10/2019 Building 429,9! CRIPTand all workION OF OPERATIONS I LOCATIONS I VEHICLES /ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) _ non-contributory basiseth respects to the d on behalf of lge general I bllityland auto ob le liability as rlier County Board ot equired ed by written cCommissioners is lontrdacts an additional insured on a primary CD d s c� tts r SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier County Board of County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3295 Tamiami Trail E. ACCORDANCE WITH THE POLICY PROVISIONS. Naples, FL 34112 AU I HURIZED REPRESENTATIVE 1 Q ACORD 25 (2016103) �©1988-2015 ACORD CORPORATION. All r' The ACORD name and logo are registered marks of ACORD Packet Pg. 696 AICO/Ra CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) v 08/22/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Matthew T Smith Smith Insurance & Bonds Na FAX 2039 W. First Street IA Et. (866) 976-2185 No:(239) 791-1074 E-MAIL ADDRESS: msmith@flsuret bonds.com Suite 7 Fort Myers FL 33901 INSURERS AFFORDING COVERAGE NAIC # INSURERA:Fla Citrus,Husiness & Industries INSURED (239) 774-5263 INSURERB: Green Effex LLC INSURER C : 4555 Radio Rd. INSURERD: INSURER E: Naples FL 34104 INSURER F GUVt_KACnt-J CFF! I IFICA TF NI IMRFR• CAr(•. Tn A71 R9=\/ICIl1NI A1111111RC0- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICYNUMBER EFF MM DDIIYYYY MMIDDPOLICY YIYYYY LIMITS COMMERCIAL GENERAL LIABILITY El EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS -MADE OCCUR PREMISES Ea occurrence $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC ❑ GENERAL AGGREGATE $ GEN'L PRODUCTS - COMP/OP AGG $ $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS tid P BODILY INJURY (Per accen ( ) $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE Per accident $ $ UMBRELLALIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED I I RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN 10645727 08/26/2018 08/26/2019 PER OTH- R STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? I NJN I A E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below $ $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Contract #18-7380 Golden Gate MSTU Landscape Maintenance CERTIFICATE HOLDER CANCELLATION Collier County Hoard of County Commissioners 3327 Tamiami Trail E. Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE /'�� 1' C d E 131 Q K d W C d d O 00 M DD a+ C d E t V to Q ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 1 of 1 Packet Pg. 697 SEEN EFTEX September 13, 2019 To Our Valued Clients: It is with great regret that I must announce the closing of all the Green Effex Service Divisions which will be effective immediately. Thank you for your loyalty and kindness towards all the members of our team. I apologize for giving such short notice; I would have wished it differently. Please disregard the invoice sent for the full month of September maintenance services if you have received one; a pro -rated invoice will be sent in replacement for only the services performed. The supply store will remain open for business for the time being. Thank you and best regards, '7 ��" �&< Andrea Savoretti Owner, Green Effex Packet Pg. 698 HS Collier County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR GOLDEN GATE BEAUTIFICATION MSTU GROUNDS MAINTENANCE SOLICITATION NO.: 20-7724 LISA OIEN, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8935 Lisa.Oien@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Packet Pg. 699 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 20-7724 PROJECT TITLE: GOLDEN GATE BEAUTIFICATION MSTU GROUNDS MAINTENANCE DUE DATE: [ridgy, 03/20/2020 at 03:00 PM PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: hLtps://www.bidsyLic.com/bidsyLic-cas INTRODUCTION As requested by the Public Transit & Neighborhood Enhancement Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB") with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The County intends to establish a term contract with Contractor(s) in providing right-of-way (ROW) and easements mowing within the Golden Gate Municipal Service Taxing Unit (MSTU). Historically the County cost has been approximately $160,000 per year which may or may not be indicative of future buying patterns. BACKGROUND The Golden Gate Beautification MSTU (Municipal Service Taxing Unit) funds and maintains landscaping, irrigation, and landscape features principally on the medians and side ROW of four roadways: • Tropicana Blvd • Sunshine Blvd • Coronado Pkwy • Hunter Blvd This maintenance pertains to existing plants, shrubs, trees and palms, installation of new landscaping, and the repair and replacement of items damaged or destroyed; as well as irrigation system maintenance, plus irrigation controller operation utilizing cell phone access. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal option. 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_ c 0 M 2 0 Cn le N ti ti 0 N C m E Q Packet Pg. 700 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 supplier, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: Identify Primary and Secondary Awardees ➢ The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK The following specifications outline the minimum requirements of Collier County for a prospective Contractor to enter into a contract to provide Grounds Maintenance services, principally on the specified roadways within the boundaries of the Golden Gate Municipal Service Taxing Unit (MSTU). The responsibility to discern the Scope of Service detailed in this specification shall rest solely with the Contractor. A failure of the Contractor to accurately assess the Scope shall not relieve any of the responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional compensation. All sections of these Specifications may not be applicable to all service areas listed. The bid schedule quantities and frequencies are approximate for bidding pMoses and may be modified as needed at the discretion of the MSTU Project w Manager. Alternate services listed on the bid schedule may be requested from the awarded Contractor or quotes may be N requested separately by the Project Manager, following the Procurement Ordinance. c 0 SCOPE OF SERVICE M 2 The awarded contractor shall provide the Base grounds maintenance services detailed in this Exhibit A, in the Work Areas 'o depicted in Exhibit B, and per the Bid Schedule rates in Exhibit C; as well as the Alternative Services at the rates in N Exhibit C on an as -needed basis. The Contractor shall provide all labor, tools, materials, and processes necessary to ti perform the work described hereunder to maintain the quality and health of the plant materials, and the safety of the c public. N c Some items may be provided separately by the County (i.e. fertilizer, mulch, etc.) as identified. E LICENSES & CERTIFICATIONS a MINIMUM REQUIREMENTS There are minimum requirements to perform services under this contract which include proper licensing, certifications, and documentation as listed below. The contractor is required to perform services for routine landscape maintenance; however, the following services are authorized for the contractor to utilize the services of subcontractors. The contractor shall be liable in overseeing the subcontractor and that the services are performed per the specifications. • Arborist Services • Irrigation Services • Fertilizer Application • Pesticide, Fungicide, and Herbicide Applications Packet Pg. 701 Contractors/Subcontractors must submit required documentation, licenses, and certificates at bid submission or before Notice of Recommended Award (NORA). Licenses and certifications pursuant to Collier County, Contractor's Licensing, Ordinance Number 2006-46, as amended, and Florida State Statutes. Licenses • Commercial Landscape; Landscape; Landscape Restricted; Landscape & Irrigation; or Unlimited Landscape. • Irrigation, plus a minimum of three (3) years' wet check and intermediate repair experience, including smart controller systems utilizing cell phone access. • Pest Control OR licensed sub -Contractor (see Certifications, below) Certifications • Fertilizer - Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. • Pest Control -Certified Pest Control Operator, Lawn & Ornamental, Chapter 482.111, F.S. o Employee - Identification Cards for non -certified employees -OR- o Sub -contractor - List of employee names and their issued ID card numbers that will perform pest control for the sub -contracted licensed company. Each ID cardholder 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 and/or Best Management Practices Certificate under Chapter 482.1562, F.S. (certificate must be obtained within six (6) months from contract execution). Documentation Experience: Description and proof of a minimum three (3) years' experience that is relevant and similar to the Scope of Work and specifications for this solicitation. Equipment List: Provide a list of all company -owned and leased equipment for this contract. References: Include three (3) governmental or commercial references relevant to the services listed in the specifications. LOCATIONAND DESCRIPTION OF WORK AREAS The areas of work included in these specifications are located as described below and/or as shown in Exhibit B, Work Areas. WORK AREA DESCRIPTIONS: 1. SUNSHINE BLVD: (Work Areas lb & Id) a. Sheet No. 1 — Improved Median on 18th Ave SW @ 40th Ter SW. b. Sheet No. 2 — i. Medians #1, #2, #3, #4, #5, #6. ii. Segments #7, #8. iii. Improved Median on 18th Plc SW @ Sunset Rd. iv. Irrigation Controller, Pump Station, & Electrical Shutoff located on Median #3. v. FPL meter located in alley behind 2001 Sunshine Blvd. 2. TROPICANA BLVD: (Work Areas lc & le) a. Sheet No. 3 — i. Medians #1, #2, #3, #4, #5, #6. ii. Pedestrian Shelter on Tropicana Blvd @ 31st Ave SW. iii. Pedestrian Shelter on 28th Ave SW @ Tropicana Blvd. c 0 M .2 0 Cn le N ti ti 0 N C 0 E V 2 a Packet Pg. 702 iv. Irrigation Controller, Pump Station, & Electrical Shutoff located on Median #4. v. FPL Meter located in alley behind 2841 Tropicana Blvd. 3. CORONADO PKWY: (Work Area If) a. Sheet No. 4 — i. Medians #1, #2, #3, #4, #5, #6, #7, #8, #9, #10, #11, #12. ii. Irrigation Controller is located on Hunter Blvd, Median #5. 4. HUNTER BLVD: (Work Area 1g) a. Sheet No. 5 — i. Medians #1, #2, #3, #4, #5, #6, #7, #8, #9, #10, #11, #12, #13, #14. ii. Irrigation Controller, Pump Station, & Electrical Shutoff located on Median #5. (controls Irrigation on both Bunter Blvd & Coronado Pkwy) iii. FPL Meter located in alley behind 2243 Hunter Blvd. GROUNDS MAINTENANCE SERVICES Base grounds maintenance services in the designated MSTU area(s) as described below shall include trash removing, mowing, edging, weeding, general trimming & pruning, post -service cleaning, and inspecting & reporting. Mowing • Mowing shall be performed in specified MSTU areas, including medians, along the outside edge of the sidewalks of adjacent properties which are not currently maintained by the property owners. • Right-of-way mowing of turf and applicable vegetation is required from back of curb or sidewalk to the right-of- way line. • Turf and vegetation shall be cut to a height of no less than three and one-half inches (3'/z") and the height of the 0 grass blade shall not exceed six inches (6"). N • Roadside swales shall be mowed throughout the entire year. When mowing is not possible due to standing water N or soft ground, string trimmers shall be used to reduce the height of turf and vegetation to the waterline. c • All turf shall be mowed with mulching type mower equipment to eliminate the need to bag and transport grass G clippings. Should bagging be necessary, bagged clippings shall be collected and removed at no additional cost to =_° the MSTU. All equipment guards and deflectors are to be installed and functional. o • The Contractor shall use appropriate mowing practices, alternate patterns, or walk -behind equipment within N narrow or water -soaked areas so as not to create wheel ruts or wear down the turf. ti ti • Ruts caused by mowers shall be repaired at no additional costs to the MSTU. N • The Contractor shall avoid mowing patterns that eject clippings, rocks, or any miscellaneous debris onto pedestrians and vehicles or into moving traffic. E t Edging Q • Mechanical edging of turf boundaries shall be performed with each mowing to establish a clean line of demarcation and eliminate grass root runners. • Edged areas shall include parking lots, sidewalk edges, back of curbs, plant beds, utility service boxes, street light bases, sign posts, headwalls, guardrails, timer pedestals, posts and trees; as well as around isolated trees, sprinkler heads, valve boxes, shrubs, sign posts, and manholes, etc. where they exist. • Metal blade edging is not permitted along plant bed and turf boundaries where underground irrigation components are present. • Chemical herbicide shall not be used for edging. Packet Pg. 703 Weeding • Weeding shall be performed weekly (or specified interval) throughout the year to provide a weed -free and well - maintained appearance, removing undesired and invasive vegetation on the ground (including palm pups). • Areas to be weeded include plant beds, mulched spaces, rocks, sidewalks (concrete, paver, asphalt, etc.), concrete medians, curb joints, utility bases and access boxes, guardrail bases, and tree grates, etc. • Weeds that are less than 3-inches from plantings shall be hand pulled. • The Contractor may have the option to use chemical weed -killer or pre -emergent, upon pre -approval by the Project Manager of both the location and product to be used. • Any plants damaged or killed by application of chemical weed -killer or pre -emergent shall be replaced at the expense of the Contractor within 72-hours. • Should concerns be identified regarding chemical weeding, the Project Manager may direct that hand -weeding be performed. General Trimming & Pruning • General Trimming & Pruning shall be defined as the cutting of all vegetation below a height of ten feet (10') to keep and maintain a tight, well maintained appearance throughout the year. N c • This includes groundcovers, shrubs, trees (except magnolias), and palms. 3 0 L • See Specific Plant Maintenance, for specifications and heights for various foliage within the MSTU. • Within this specification, groundcovers and shrubs are "trimmed," while trees and palms are "pruned;" with the co exception of magnolias. a� • Both trimming and pruning shall meet ANSI standards and include the removal of all diseased or dead vegetation, old leaf growth, broken branches, and suckers at tree bases. • Groundcovers and Shrubs shall be kept trimmed: o o at regular intervals, generally monthly, except to allow for flowering. N 00 o with heights and shapes alternating by plant variety, or as determined by the MSTU Project Manager. N o to an angled or rounded shape so as not to encroach over curbs or into roadways and pathways. c o in a consistent manner for each plant variety to give the appearance of continuity throughout the landscape, adjusted as needed for local topography. o to maintain two feet (2') of clearance from the edge of curbs, sidewalks, roadways, pathways, etc. 0 Cn • Ornamental Grasses shall be kept trimmed: ti o after flowering,during the first two weeks of October and April or as approved b the Project Manager). ~ g p( pp Y Jo N o at the base to remove old growth. c o in a manner to provide a cone shape and without a flat top. E • Hedges on the right-of-way shall be kept trimmed: o to maintain a height of six feet (6'). a o to maintain a flat top and flat, vertical side toward the roadway. o to not extend over an adjacent sidewalk or roadway. o Property Owner Exception: ➢ Effected only upon written request from the Property Owner and signed approval by the Project Manager. ➢ Property Owner agrees to maintain hedge at maximum height of ten (10) feet at their expense consistent with the top and vertical side specifications as described above. ➢ Exception may be cancelled at any time by the Project Manager. Packet Pg. 704 • Trees and palms shall be kept pruned: o to clean out dead limbs, as well as seed pods, fronds, boots, and suckers, etc. o on a quarterly basis, or as needed, to maintain a minimum ten -foot (10') canopy height over sidewalks and pedestrian pathways. • For line -of -sight visibility, vegetation of any kind within turn lanes, at median ends, and along intersection roadsides shall be trimmed or pruned to eighteen inches (18") height by October 1st of each year and subsequently maintained to no more than twenty-four inches (24") per FDOT Indexes. • The frequency of trimming or pruning may be adjusted at the direction of the Project Manager. Trash Removing & Post -Service Cleaning Trash Removing — • At the start of Landscape Maintenance Service on the day of service and prior to mowing, the Contractor shall remove and dispose of all trash and debris from the service area and right-of-way. • This shall include, but is not limited to, horticultural and non -horticultural debris, palm fronds, tree branches and limbs, loose shrubbery, leaves, rocks, paper, bottles, cans, cigarette butts, and other miscellaneous objects on the ground or attached in the service area and the associated right-of-way. • Disposal of trash and debris shall be at a proper landfill or disposal site. t7 Post -Service Cleaning — co • On the same day as Weekly Landscape Service and before departing the MSTU, the entire service area shall be cleaned to maintain a neat and safe condition. • This includes removal of any accumulation of debris or anything generated from the maintenance performed. • All hard surfaces shall be blown -down; to include the four (4') foot area from the face of the sidewalks, gutters 0 and curbs, turn lanes, medians, and adjacent parking lots and athletic courts. N 00 • Blow -down shall be directed toward the existing median landscape or turf, not into the roadway. N • Grass clippings or other debris shall not be blown onto adjacent private property or accumulate on the right-of- way, paved areas, or blown into traffic or roadways. ° Irrigation Check & Inspection 2 0 • It shall be the Contractor's responsibility to inspect, operationally test at specified intervals, and perform minor to v N intermediate level repairs to the irrigation system as needed to enable proper and safe operation. ti • See "Irrigation Service" below for further description. N c m E Inspecting, Reporting, & Invoicing Q • The Contractor shall inspect all plant, shrub, tree and grass areas in the MSTU during each base service. • The Contractor shall be responsible to promptly notify the MSTU Project Manager of any disease infestation, insect infestation, foliage die -off, irrigation issues, maintenance problems, additional necessary maintenance, or unusual occurrence or finding. • The Contractor shall be available for on -site inspection in the MSTU to verify work completed or to review open issues at the Project Managers request. • The Project Manager may request a monthly Landscape Maintenance Report be submitted by the Contractor after the last service week of each month. Packet Pg. 705 Miscellaneous Responsibilities • The removal of existing tree and palm staking shall be the responsibility of the Contractor. • To avoid damage to curbs and turf, the Contractor shall provide and utilize ramps or other devices for ingress and egress, as needed. Damage attributable to the Contractor shall be repaired at the Contractor's expense, as determined by the MSTU Project Manager. IRRIGATION SERVICE The landscape Contractor shall maintain the installed irrigation system for proper function. The areas of responsibility shall include: • Update and coordinate the watering schedules with the Project Manager as required for monitoring purposes and make recommendations to the Project Manager as conditions warrant. All irrigation schedule change requests shall be confirmed via e-mail. • The Project Manager may request a monthly Irrigation Service Report be submitted by the Contractor after the last service week of each month. • NOTE: Contractor must have cell phone access to utilize HydroPoint / WeatherTRAK control functions in the field, particularly for Wet Check testing. Regular Service Requirements • It shall be the Contractor's responsibility to inspect, operationally test, and perform minor repairs to the irrigation system at the Bid Schedule interval to enable proper and safe operation. • Repairs include replacement of heads, nozzles, decoders, 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, etc. • If any irrigation issues beyond the scope of the weekly service are determined, the Contractor shall promptly notify the MSTU Project Manager. • Visual inspection of the irrigation system(s) shall be performed to check for: o Cuts o Leaks o Pipe damage o Dry areas o Flooded areas o Damaged or deteriorated valve boxes • Operational testing of the irrigation system(s) shall be performed to verify that source water is available and accessible. o Pumps are operating. o Control enclosures are intact and controllers are powered and responding to inputs. o Controller activated zone control, zone sequence, and zone duration is operational. o Rain sensors are intact and functioning. o Valves are opened and closed to confirm proper function using cell phone WeatherTRAK controller access, - OR - manually at the valve box only as a temporary backup method. o Spray patterns deliver complete water coverage while avoiding overspray. o Water meters are registering flow and water consumption readings are recorded. • Valve boxes shall be kept fully accessible and clear of debris inside, with lids fully closed when not being serviced. c 0 M .2 0 Cn N ti ti 0 N C m E r c� a Packet Pg. 706 • Valve assemblies shall be inspected and cleaned, with sprinkler heads, nozzles, and screens cleared and adjusted. • Only County -approved replacement parts may be installed, and only matched precipitation head replacements may be installed. All irrigation parts shall be supplied by Collier County under a separate annual contract. The landscape Contractor must arrange for pickup or delivery in accordance with the Division's Standard Operating Procedures (SOPS). • Repairs to defective or non -operational controllers shall be performed only after direct consultation with the Project Manager. • Intermediate repairs are handled separately from Regular Irrigation Service. These include repairs to valves, controllers, electrical wiring and main lines. Prior to proceeding, the Project Manager shall be consulted, the repairs evaluated and quoted. Major repairs may be sourced separately from other Contractors, as determined by the Project Manager. • PARTS: Irrigation parts are available for pick-up under separate county Purchase Order(s) with local vendors, identified by the Project Manager. ORNAMENTAL & TURF SPRAYING Application • Spraying of trees, shrubs, plants, and turf is to be performed by the Contractor, who must be certified to apply the chemicals (pesticides) used. • If the primary Contractor is not certified, a certified sub -Contractor may be hired upon approval by the Project Manager and at no additional cost to the MSTU. • Every insecticide, fungicide, and herbicide chemical to be applied shall be approved by the Environmental Protection Agency for its intended use and manner of application. • The rate of application shall conform to specifications on the manufacture's labels. • Applications shall be performed when the plant material is dry. • Special applications may be performed upon prior approval of the Project Manager. General Schedule • Spraying may be performed upon prior approval by the Project Manager. • Time frames: Trees, Shrubs, Groundcovers, Turf Chemical General Insecticide As -needed Fungicide As -needed Beds Chemical Herbicide Turf Chemical Herbicide General As -needed General As -needed Pre -emergent Feb I Sep Feb I Sep Post -emergent Nov Jan I Mar Post -emergent Nov Jan I Mar Packet Pg. 707 Records Records must be kept of all chemical (pesticide) applications, including: • Name of person performing the application. • Trade name & manufacturer. • Date & time of application. • Weather conditions. FERTILIZER Application • Fertilizer is customarily supplied by Collier County under a separate annual contract at the time of application with delivery coordinated by the receiving Contractor. • Project Manager may direct the contractor to both supply and apply fertilizer based on the Bid Schedule rate. • Fertilizing shall be performed at prescribed intervals throughout the year. • Slow release formulations shall be used when available. • Fertilizer shall be broadcast throughout the designated medians, planting beds, and turf areas. • Tree bases and pit areas shall be fertilized evenly so as not to produce a fertilizer ring. • Shrubs and groundcovers shall have the fertilizer blown or fan raked off the foliage following the broadcast application. • Fertilizers shall be removed from curbs, sidewalks, and any surfaces where staining may occur. MULCH Application • Mulch is customarily supplied by Collier County under a separate annual contract at the time of application with N delivery coordinated by the receiving Contractor. c • Project Manager may direct the contractor to both supply and apply mulch based on the Bid Schedule rate. ° M • The timetable for installing mulch shall be on an as -needed basis, upon direction by MSTU Project Manager. • All designated plant beds shall be mulched by covering all unplanted areas in bed. rn° le • The areas to receive mulch shall be raked to establish a level base. ti ti • Areas to receive an initial application of mulch shall have mulch evenly distributed to provide a three inch (Y) N non -compacted or unsettled depth, measured from the base. m • Areas to be re -mulched shall have mulch evenly distributed to provide a two inch (2") non -compacted or unsettled E depth, measured from the base. • Mulch shall not be placed over valves or valve boxes that are located within mulched areas. a • All adjacent areas not mulched (curbs, sidewalks, roadways, etc.) shall be cleared of any mulch or foreign debris. • Upon completion of mulching, all excess material, bags and foreign debris shall be collected and disposed of by the Contractor, leaving the overall landscape in a neat and orderly condition. MAINTENANCE OF TRAFFIC (MOT) • The Contractor shall verify current MOT certification and comply with the requirements of Collier County's Maintenance of Traffic (MOT) Policy. Packet Pg. 708 • The Contractor shall utilize adequate barricades, warning devices, and the necessary safety equipment according to Collier County Right -of -Way Ordinance. • Flagmen are required when two-way traffic is obstructed. • Blocking of a public right-of-way (ROW) or street, except under extreme emergency conditions, shall not be permitted without prior approval of the Project Manager and arrangements made with agencies having jurisdiction over the street to be closed. • For safe worker visibility; approved bright day -glow red/yellow/orange colored safety vests (Class 3) shall be worn by employees when servicing the area. REPORTS • Monthly or weekly grounds maintenance reports may be required by the Project Manager. • Reports shall be written in English. • Grounds maintenance reports shall be emailed to the Project Manager prior to or simultaneous with submission of invoices for payment. • Report format shall be as specified by the Project Manager. • Contractor's format may be acceptable, upon review and approval by the Project Manager. MEETING ATTENDANCE • Required meetings: o The Contractor shall attend a monthly field review (drive -through) scheduled 1-week before the Advisory c Committee meeting. (approx. 1-hour) -°'a 0 o The Contractor shall attend the monthly MSTU Advisory Committee meeting to discuss the ongoing 0 status of Landscape and Irrigation maintenance, per the weekly/monthly report(s), and answer any c4 cm questions. (approx. 1-hour) N T o At the request of the Project Manager, the Contractor shall be available for on -site inspection in the MSTU to verify work completed or to review open issues. ° M • There shall be no additional charge for attendance at these meetings. .2 0 Cn GENERAL PROVISIONS N ti ti • The Contractor shall identify an English-speaking singular point of contact with radio, cellular phone and e-mail N for on -site and off -site communication to coordinate with the Project Manager. • The Contractor shall provide a sufficient crew size for each Weekly Landscape Service to be completed within E t one (1) day, and if required, a consecutive day immediately following. c� • Professional courtesy, conduct, and clothing are expected at all times. Q • Replacement of plants, shrubs, trees, grass or foliage due to death caused by neglect or damage by the Contractor, Contractor's employees or a sub -Contractor, as determined by the Project Manager, shall be at the Contractor's sole expense. • Accidents, thefts, and vandalism shall be reported to the Project Manager on the same day as discovered, including pictures when reasonably accessible to be taken. CONTRACTOR EMPLOYEES • All employees of the Contractor working under this specification shall at all times be sole employees of the Contractor's company and under the Contractor's sole direction and not an employee or agent of Collier County. Packet Pg. 709 • The Contractor shall supply competent and physically capable employees. • At the direction of the Project Manager, the Contractor shall remove any employee deemed to be careless, incompetent, insubordinate, or otherwise objectionable and whose continued services are not in the best interest of the County. SUB -CONTRACTING • Contractor use of a sub -Contractor, compliant with all County provisions, may be requested in writing to the Project Manager. • The cost of utilizing a sub -Contractor shall not exceed that of the Bid Specification or add cost to the MSTU; including any markup, if applicable. • Detailed sub -Contractor invoices, Bill of Material's (BOM), and receipts shall accompany Contractor's invoice to the County. HOURS OF SERVICE Work performed at the specific direction of the Project Manager and billable at hourly rates shall be invoiced as follows • Normal Hours - from 6:00 AM to 6:00 PM • After Hours - from 6:01 PM to 5:59 AM After Hours service must be pre -approved by the Project Manager at each occurrence. MARK-UP • Material mark-up is fixed at cost at plus 15%. DISCLAIMER: Every effort has been made toward accuracy and completeness. Errors or omissions will be corrected when identified. Trimming & Pruning The following table lists specific plant varieties and acceptable pruning for each. During the course of this contract, pruning specifications may be changed or added at the direction of the MSTU Project Manager. All changes to this table shall be submitted in writing to the Contractor for implementation. If changes in the table result in a different cost of service, the Contractor shall submit a change request in writing to the Project Manager detailing the additional work and price difference. Golden Gate M.S.T.U. Trim & Prune Guidelines Common Name Scientific Name Trimming Guidelines Shrubs • Maintain 24" rounded ht. & 2 ft. offset from back of curb, within limits of clear sight areas Bougainvillea Bougainvillea glabra • Frequency: Remove shoots weekly (Dwarf) 'Helen Johnson' ' Bi-seasonal 50% heavy reduction only upon approval c 0 W 2 0 Cn N ti ti 0 N C E a Packet Pg. 710 • Maintain 36" rounded ht. & 2 ft. offset from back of curb Bougainvillea Bougianvillea spp. • Frequency: Remove shoots weekly 'Silhouette' 'Silhouette' • Bi-seasonal 50% heavy reduction upon approval • Trim to 36" rounded ht. Firebush Hamelia patens • Maintain up to 48" rounded ht. (Dwarf) 'Galbra' • Frequency: As needed • Trim to 36" rounded ht. Plumba o g Plumbago auriculata 'Imperial • Maintain up to 48" rounded ht. Blue' • Frequency: Remove shoots weekly • Trim to maintain natural rounded ht. • Maintain up to 60" rounded ht. • Frequency: As needed for shape and to Saw Palmetto Serenoa repens remove dead stems (Silver or Green) • Trim to 36" rounded ht. • Maintain up to 48" rounded ht. Schefflera Schefflera arboricola • Maintain 24" rounded ht. in limits of clear (Dwarf) 'Trinette' sight areas • Frequency: As needed Accent Plants n/a n/a n/a Golden Gate M.S.T.U. Trim & Prune Guidelines (Con't.) Native & Ornmental Grasses • Trim level at 2" above grade & 2ft. Offset from back of curb Pink Muhly grass Muhlenbergia capillaris - Frequency: After blooming or in March and July for 100 /o rejuvenation • Trim level at 2" above grade Sandcord grass Spartina baker] • Frequency: Once per year in July for 100% rejuvenation, if needed Ground Covers N 0 N N ..r C O O .2 O N le N ti ti 0 N C O E a Packet Pg. 711 • Remove dead or diseased foliage and flower stalks Blueberry Flax Lily Dianella tasmanica • Frequency: April and October 'Variegata' • 75% rejuvenation cut only upon approval • Uniform shape to 18" ht. in limits of clear Crown of Thorn Euphorbia milii sight areas (Dwarf) 'Big Rose' • Frequency: As needed • Uniform shape to 24" ht. in limits of clear Juniper Parson Juniper Juniper chinensis 'Parsoni' sight areas • Frequency: As needed • Mow at 4-inch blade ht. to tip foliage Perennial Peanut Archis glabrata • Frequency: Once per year in June 'Ecoturf • No pruning necessary except to remove dead or diseased foliage Spider Lily Hymenocallis latifolia • Frequency: As needed • 100% rejuvenation cut only upon approval N O N N ..r C O O .2 O N le N ti ti O N C O E t V O Q Packet Pg. 712 4. 1GREEN BLVD.— - -0- PUMP STATION & CONTROLLER !NS LOCATION PUMP STATION ELEC. METER & SHUT-OFF -7 N. R/W AREA. �wv­A47iA rWORK AREA_ja 6__ W_ S. R/W AREA I&,,, �Wlikkm Lu z � Ln 4 j 0 F 0 CZ uj MJ Ln .J 0 0 cz 0 WE I Kole] k 46 A-V ilk, Ji Ali;k !40A A4 41t :L 6- � I -�-mwwk A V GOLDEM GATE MSTU ROADWAYS MAINTENANCE BID: WORK AREA: I b - Sunshine Blvd. & Work Area I d SHE Packet Pg. 7147 16.D.2.k r5 m o 4t, .4a. IV LU dL - 7 j A v Au 46— Cn 0 Va- F- M. 'A A& IMF Art mr.ww- 71V n, 4, 00 Ak C4 v"6 0 W.4 0 Cn 04 7. 04 0 .44 4.; Jai3- E LU z 40y GOLDEM GATE MSTU ROADWAYS MAINTENANCE BID: WORK AREA: 1 c - Tropicana Blvd., & Work Area 1 e SHI Packet Pg. 715 4F1 AI A� A VA 4 , p 44A." "1 96 V7 vt �-11- GOLDEM GATE MSTU ROADWAYS MAINTENANCE BID: WORK AREA: If - Coronado Pkwy. SHI Packet Pg. 7167 r "44, el wr' GOLDEM GATE MSTU ROADWAYS MAINTENANCE BID: WORK AREA: 1g - Hunter Blvd. v p d 1p ��P .o v r U) � P � ,,O^ rCt- -7 N co 04 y v, ` cn N ti O N Y E f3 r r-+ a SH Packet Pg. 717